Inactive
Notice ID:N00019-21-RFPREQ-PMA-265-0425
AMENDMENT 002 Provides answers to following question received: What is the anticipated place of performance? Answer: The anticipated place of performance would be at Navy locations. AMENDMENT 001 Prov...
AMENDMENT 002 Provides answers to following question received: What is the anticipated place of performance? Answer: The anticipated place of performance would be at Navy locations. AMENDMENT 001 Provides answers to following question received: Is there an incumbent contract? Answer: There is no incumbent contract. 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 sources capable of providing the supplies and 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 sources sought. Each order will be synopsized on the BetaSAM website as applicable in FAR 5.201(b). INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure non-recurring engineering in support of EA-18G Growler Block II, including Electronic Attack Unit 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 42 months or until the Initial Operational Capability (IOC). The anticipated start date is 7 Sept 2022. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Cost Plus Incentive Fee (CPIF). PROGRAM BACKGROUND The Electronic Attack Unit (EAU) is a Weapons Replaceable Assembly (WRA) within the Airborne Electronic Attack (AEA) suite. 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 Growler Block II, updated EAU capability. The FY 2022 through FY 2026 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) funding will be used for these efforts. The items acquired in this procurement will satisfy the Government’s minimum need. SUBMISSION DETAILS Interested businesses 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 required capabilities described herein. Documentation should be in bullet format. The capability statement package shall be by email to julie.gill@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 1 July 2021. Questions or comments regarding this notice may be addressed to Julie Gill at julie.gill@navy.mil. All responses shall include Company Name, Company Address, Company CAGE Code, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.