SOURCES SOUGHT
58 -- F-35 JPO Countermeasure updates and recertifying Enhanced Survivability Technology Pods
- Notice Date
- 5/8/2023 3:08:13 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893623R0024
- Response Due
- 5/18/2023 3:00:00 PM
- Archive Date
- 06/01/2024
- Point of Contact
- Nondus Toombs, Phone: 7607933908, John Faria, Phone: 7607933476, Fax: 7609395694
- E-Mail Address
-
nondus.k.toombs.civ@us.navy.mil, john.j.faria2.civ@us.navy.mil
(nondus.k.toombs.civ@us.navy.mil, john.j.faria2.civ@us.navy.mil)
- Description
- The Naval Air Warfare Center Weapon Division (NAWCWD) is issuing the sources sought to allow potential sources the opportunity to provide capability statements. The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist and to gain market knowledge of potential qualified sources. The NAWCWD China Lake, CA intends to procure this requirement, on an other than full and open competition basis under the authority of FAR 6.302, �Only one responsible source and no other supplies or services will satisfy agency need.� The intended source is SAAB, AB. The F-35 aircraft is a next-generation; fully integrated electronic warfare (EW) and countermeasures technology providing real-time detection and jamming options.� The F-35 JPO has demonstrated BOL countermeasure effectiveness using the SAAB AB BOL ESTL Pods under Purchase Order N6893620P0419 that supported Infrared Countermeasures (IRCM) testing in 2021 through 2023.� The BOL dispenser is part of the ESTL pod used in the IRCM testing.� The self-protection capabilities provided by BOL are part of the F-35 self-protection suite. The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 334511 for search, detection, navigation, guidance, aeronautical, nautical system and instrument manufacturing. The contract is a continuation effort for the BOL integration studies by supporting F-35 Original Equipment Manufacturer (OEM).� The BOL integration, requires recertifying and delivery of two Enhanced Survivability Technology (ESTL) Countermeasure Dispensing Pods, in support of the F-35 JPO flight testing. The General Scope of Work Summary: The contract to be issued provides updated electronic warfare and countermeasure technology, recertify and deliver two BOL ESTL Pods. The contractor shall provide existing Countermeasure Dispenser data that supports integration studies onto the F-35 aircraft. The contractor shall review technical, mechanical, and electrical integration suggestions and studies from the F-35 Original Equipment Manufacturer (OEM). The Contractor shall analyze and recommend possible changes offered by the F-35 OEM, to the Countermeasure Dispenser baseline design in order to meet the installation and F-35 Program objectives. The Contractor shall provide a detailed report on the investigation studies. The Contractor shall provide one rapid prototype, printed 3-D model of the selected solution for integration. The pods shall utilize the F-35 LAU-151 missile rail, currently used for AIM-9X stores, and mount using the three T-hanger AIM-9/120 launcher rails. The pods must be capable of dispensing at least 160 packets of pyrophoric material and packets of chaff, each packet being at least 1.5 in3 in volume. The pods shall not exceed the length (119�) and weight (no greater than 300lbs, maximum capacity of the LAU-151 missile rail) of an AIM-9X store. The pods shall be powered using 115VAC 400Hz single-phase aircraft power, use one discrete input (28VDC) to command dispense and use the 1553 mux bus for store identification as an AIM-9X store. The pods shall inventory as an AIM-9X store, dispense when the TELEMETRY signal is initiated, end dispense when the TELEMETRY signal is removed. Electrical interface shall use the legacy AIM-120 mid-body connector and AIM-9 forward umbilical electrical interface. The pods shall be inspected to be reset to zero flight hours after inspection and have a minimum of 50 flight test hours before requiring re-inspection. Please submit all questions to Nondus Toombs at nondus.k.toombs.civ@us.navy.mil. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release. Interested businesses shall submit responses in Microsoft Word format (version 1997-2003) via e-mail to: nondus.k.toombs.civ@us.navy.mil. E-mail responses shall be received at this office no later than 3:00 P.M. Pacific Standard Time on 7 June 2022 and reference this RFP number on both the e-mail subject line as well as on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Interested businesses should submit a brief capabilities statement package of no more than 5 pages in length (no more than five 8.5 X 11 inch pages, font size no smaller than 12 point) demonstrating ability to perform those services listed in the General Scope of Work section of this document. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Company Cage Code, Company DUNS/UEI Number, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address. This notice of intent is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response as noted above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/831cc1b8eecf45b7801b1b57b819a1e1/view)
- Record
- SN06675588-F 20230510/230509121210 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |