Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOURCES SOUGHT

58 -- RoR7

Notice Date
3/26/2024 4:51:02 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-TPM272-0114SS
 
Response Due
4/9/2024 5:00:00 AM
 
Archive Date
04/24/2024
 
Point of Contact
Rebecca W. Bravo, Christopher J. Harritt
 
E-Mail Address
rebecca.w.bravo.civ@us.navy.mil, christopher.j.harritt.civ@us.navy.mil
(rebecca.w.bravo.civ@us.navy.mil, christopher.j.harritt.civ@us.navy.mil)
 
Description
INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Repair of Repairables and Weapons Replaceable Assemblies (WRAs) conversion for Fiscal Years (FY) 2025 through 2029. This effort will include the?repair, support, calibration, and repackaging necessary to restore the AN/AAQ-24 Department of Navy Large Aircraft Infrared Countermeasures (DoN LAIRCM) Test WRAs and Shop Replaceable Assemblies (SRAs) to meet Acceptance Test Procedure standards.? These NAVAIR assets are essential to ongoing production/manufacturing efforts including, but not limited to, production testing, production engineering, in-production engineering investigations, lab simulation, analysis, and verification/validation of proposed production hardware and software changes.? This effort will include the processing and delivery requirements for Aircraft Characterization Modules (ACM) in support of ongoing aircraft modification efforts and configuration upgrades. �This effort will also include the conversion and repair of fielded Advanced Threat Warner (ATW) WRAs. ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ? ?�� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice.?� ELIGIBILITY:?The Product/Service Code (PSC) most appropriate for this contract is 5865: Electronic countermeasures, counter-countermeasures, and quick reaction capability equipment. All interested businesses are encouraged to respond.� ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance for the RoR IDIQ is 5 years and is intended to satisfy the Government requirements for FY25-FY29.?� ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be a mix of Firm Fixed Price and Cost Reimbursable line items.� PROGRAM BACKGROUND: The current DoN LAIRCM system is a missile warning/detection system designed to direct Laser and Flare Countermeasures; combined with Hostile Fire Indication (HFI) and Laser Warning (LW) the system provides aircrew Situational Awareness (SA) and advanced inexhaustible Infrared Countermeasures (IRCM) to counter advanced surface-to-air threats and increase survivability of USMC/USN assault aircraft and aircrew.� REQUIRED CAPABILITIES: Requirements include familiarity and understanding of the DoN LAIRCM system to include platform integration requirements and facilities cleared for the handling and repair of classified WRAs. �Interested vendors shall demonstrate capability and capacity to test, inspect, evaluate, repair, support, calibrate, and repackage each of the NAVAIR-owned DoN LAIRCM test assets listed below:� Control Indicator Unit (CIU)� 001-007678-103� Signal Processor (SP)� �001-007722-2103/2104/3061� Multi-role Electro-Optical End-to-End Optical Laser Stimulators (MEON)� 001-007747-401������������������������������������������������� Guardian Laser Tracker Assemblies (GLTA) �001-008065A401/402� Infrared Missile Warning System (IR-MWS) 001-008087-0005/6���������������������������������������������� CIU Replacement (CIUR) 001-008684-0101/0102/0401/0402� Advanced Threat Warning (ATW) Sensor� 001-008690-0001/0003� (LAIRCM System Processor Replacement) (LSPR) 001-008702-1001-11/1202-10/4000� �In addition to the above, the vendor shall also demonstrate capability to perform conversion of the following WRAs:� Advanced Threat Warning (ATW) Sensor 001-008690-0001/0003 Guardian Laser Tracker Assemblies (GLTA) �001-008065A401/402� (LAIRCM System Processor Replacement) (LSPR) 001-008702-1001-11/1202-10/4000� Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall also demonstrate the capability to meet the Government�s required timeline for conversions and repairs.� INCUMBENT: This is a follow-on requirement. The incumbent contractor is: Northrop Grumman Corporation, Navigation, Targeting and Survivability, 600 S Hicks Rd, Rolling Meadows, IL 60008.� SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement?package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), in bullet point format, demonstrating their ability to perform the services described herein no later than 09 April�2024 [10 days]. The capability statement packages shall be sent by email to rebecca.w.bravo.civ@us.navy.mil and christopher.j.harritt.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on the date listed above. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Christopher J. Harritt or Contract Specialist, Rebecca Bravo at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name,?phone number, and email address.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2264033ae9d34ffca2524f058667945a/view)
 
Place of Performance
Address: Rolling Meadows, IL 60008, USA
Zip Code: 60008
Country: USA
 
Record
SN07009896-F 20240328/240326230049 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.