Inactive
Notice ID:223511-19
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 redesign the Digital Receiver/Technique Generator (DR/TG) Shop Replaceable Assembly (SRA) to incorporate emerging Electronic Countermeasures (ECM) capability in support of the F/A-18C/D and F/A-18E/F Electronic Warfare (EW) requirements for the United States Navy. ELIGIBILITY The PSC for this requirement is 5841; the NAICS is 334511 with a size standard of 1250 employees. All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is 03/02/2020 until 03/01/2022. The anticipated start date is TBD. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Firm Fixed Price (FFP). PROGRAM BACKGROUND The F/A-18C/D/E/F require updated on board threat jamming capability. The U.S. Navy (USN) requires an Electronic Warfare (EW) solution common for the F/A-18C/D and F/A-18E/F platforms. ECP6524 is required for the Upgrade of AN/ALQ-214 Software. REQUIRED CAPABILITIES ECP6524 change has two major objectives: 1. Update AN/ALQ-214(V)3 with ALQ-214A(V)4 and AN/ALQ-126B with ALQ-214A(V)5 consisting of technical directive updates to include publications, drawings and maintenance plans; and 2. Software upgrade consisting of a new Operational Flight Program with functionality built on existing legacy functions and compatibility with the redesigned hardware. 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, Mary Watters, 2.2.3.5.1, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by facsimile to (301) 995-0705 or by email to mary.watters@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 9 September 2019. Questions or comments regarding this notice may be addressed to Mary Watters at mary.watters@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.