Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

A -- Growler Block II Phase I Next Generation Electronic Attack (NGEAU)

Notice Date
2/16/2023 6:40:29 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-TPM265-0038
 
Response Due
3/3/2023 2:00:00 PM
 
Point of Contact
Julie Gill, Phone: 301-342-7607, Jessica L. Guy-Dietrich
 
E-Mail Address
julie.m.gill2.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil
(julie.m.gill2.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a sole source Cost Plus Fixed Fee (CPFF) delivery order to The Boeing Company (TBC), �St. Louis, MO, under the Boeing Basic Ordering Agreement (BOA) (N00019-21-G-0006).� The delivery order will be for the non-recurring engineering, integration, capability validation, test, and logistics efforts for the Growler Block II Phase I Next Generation Electronic Attack (NGEAU) program. The Growler Block II consists of a foundational spiral upgrade that will implement the enabling infrastructure and architecture to facilitate incremental and innovative capability improvements required for Naval Aviation to regain and sustain an advantage in the Electromagnetic Spectrum (EMS) until the EA-18G replacement. The ALQ-218 Airborne Electronic Attack Systems Enhancement (ASE) is a combination hardware/software upgrade that enables the transition to Growler Block II. The Growler Block II Phase I upgrade of the Electronic Attack Unit (EAU), known as Next Generation Electronic Attack Unit (NGEAU), provides a capability that greatly enhances the EA-18G's ability to autonomously process and respond to unknown signals in an extremely dense EMS environment. The procurement is being pursued on a sole source basis under the statutory authority 10 USC 3204 (a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, �Only one responsible source and no other supplies or services will satisfy agency requirements.� The Boeing Company is the sole designer, developer, and manufacturer of the EA-18G aircraft in its various configurations and is the only source with the manufacturing knowledge, experience, and technical data required to fulfill this requirement within the time required.� The period of performance for this effort is estimated to be thirty-one (31) months. �This synopsis is for informational purposes only and is not a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications, demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required, to the Contract Specialist listed below within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the United States Government. For small business or subcontracting opportunities, The Boeing Company can be contacted at http://www.boeingsuppliers.com/esd/getstart.html.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/11c15a4b38374d50af7211de1796a154/view)
 
Place of Performance
Address: Saint Louis, MO 63134, USA
Zip Code: 63134
Country: USA
 
Record
SN06593513-F 20230218/230216230112 (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.