Inactive
Notice ID:223509-19
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMEN...
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms 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 synopsis. Each order will be synopsized on the FedBizOps website as applicable in FAR 5.201(b). INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure no-recurring engineering in support of EA-18G Growler Block II,including Electronic Attack Unit (EAU) Surrogate Processor (ESP), ALQ-218(V)4 RF Receiver System, and ALQ-227(V)2 Communication Countermeasures Set requirements for the United States Navy. ELIGIBILITY The PSC for this requirement is AC15; the NAICS is 336413 with a size standard of 1500 employees. All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is 20 months or until the Test Readiness Review (TRR). The anticipated start date is 07 June 2020. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Fixed Fee (CPFF). PROGRAM BACKGROUND The Electronic Attack Unit (EAU) is a Weapons Replaceable Assembly (WRA) within the Airborne Electronic Attack (AEA) suite, while the ALQ-218 and ALQ-227 are subsystems of the AEA suite of the EA-18G aircraft. The EAU was developed and integrated to manage the AEA system performance in performing spectrum dominance operations within various electromagnetic environments. REQUIRED CAPABILITIES AEA subsystem configuration change incorporations are required to support ESP, updated ALQ-218(V)4 and ALQ 227(V)2 capability. The FY 2020 through FY 2022 efforts may include the following: integration efforts, engineering and/or technical support, trade studies, integrated logistics support for program and technical reviews, and associated technical, financial, and administrative data. Navy Research, Development, Test and Evaluation (RDT&E) will be used for these efforts. The items acquired in this procurement will satisfy the Government's minimum need. SUBMISSION DETAILS Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services listed in the attached required capabilities described herein; Documentation should be in bullet format. The capability statement package shall be sent by mail to AIR 2.2.3 Contracts, Cassandra Spence, 2.2.3.5.8, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by facsimile to (301) 995-0705 or by email to cassandra.spence@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 05 June 2019. Questions or comments regarding this notice may be addressed to Cassandra Spence at cassandra.spence@navy.mil. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.