DOCUMENT
59 -- Electronic Warfare SITE Upgrade - Attachment
- Notice Date
- 4/16/2012
- Notice Type
- Attachment
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.1 Naval Air Warfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 China Lake, CA
- Solicitation Number
- N6893612R0086
- Response Due
- 4/20/2012
- Archive Date
- 4/20/2013
- Point of Contact
- Terri Hand (760)939-8281 Kim Matsunaga (760) 939-7084
- E-Mail Address
-
Terri Hand
(Terri.hand@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The Naval Air Warfare Center, Weapons Division (NAWCWD) at China Lake is seeking information from potential sources regarding Radio Frequency (RF) Electronic Warfare Systems Integration Test Environment (SITE) system, upgrade to an existing system currently at China Lake, and maintenance for all EW SITE and EW SITE Lite Systems for the Advanced Weapons Laboratory (AWL) located at China Lake, CA and Pt Mugu, CA. The results of this sources sought will be utilized to determine if other sources exist (all set-aside categories will be considered) and determine if commercial items are suitable for off the shelf use or if commercial items could be modified to meet the agency ™s needs. 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. PROGRAM BACKGROUND The F/A-18 Advanced Weapons Laboratory (AWL) currently utilizes an Electronic Warfare Systems Integration Test Environment (EW SITE) to support the ability to validate performance and integration of the systems and capabilities of all variants of the F/A-18. The EW SITE is used to test the full complement of F/A-18 subsystems using the RF spectrum. This provides digitally controlled frequency, phase, amplitude, and time based modulation. Adding additional test assets to the AWL serves to provide a more robust threat environment in the form of a high pulse density in a dynamic, simulated, flight environment. Simulated tests in a lab environment versus a flight environment allows the AWL to generate more scenarios that approximate real threats the F/A-18 will face in hostile circumstances. Having a lab test environment that emulates the pulse density and characteristics of EW Flight Test Threat Ranges allows testing of systems for extended periods of time with the benefit of visibility into system performance, that lab test instrumentation provides, which is not available on an aircraft. The existing Government RF EW Site system was procured under contract N68936-09-C-0971 and N68936-09-C-0138. These contracts were awarded to Applied Geo Technologies, Inc. as the prime contractor and AAI Corporation as the subcontractor. These were both Firm Fixed Price (FFP) contracts. Information regarding the prior contracts can be requested through the Freedom of Information Act (FOIA) process. The FOIA information concerning the current contract is available at http://www.navair.navy.mil/nawcwd/counsel/textonly/foia-txt.htm. NAWCWD intends to award a sole source follow on contract to AAI Corporation based on the authority under Federal Acquisition Regulation 6.302-1(a)(2)(ii) Supplies may be deemed to be available only from the original source in the case of a follow-on contract for the continued development or production of a major system or highly specialized equipment, including major components thereof, when it is likely that award to any other source would result in --(A) Substantial duplication of cost to the Government that is not expected to be recovered through competition. REQUIRED CAPABILITIES The Government's EW Site System consists of three major elements to include SSI ™s, stimulus cabinet, and maintenance alignment cabinet. AAI Corporation is the developer and manufacturer of the SITE and is the only known source of equipment and software compatible with the existing electronic warfare test equipment. Compatibility with the existing system is required to enable sharing of hardware components between threat simulators and leveraging of existing government-developed threat scenario software. The draft Statement of Work (SOW) is attached to this Sources Sought to provide a detailed technical description of the Government ™s requirements. ELIGIBILITY The applicable NAICS code for this requirement is 334515. The Product Service Code (PSC) is 5985. SUBMISSION DETAILS Interested businesses shall submit a statement of capability and include: Description of relevant contract experience (Government and Commercial). Address your experience with Electronic Warfare Threat Simulation Systems and demonstrated capability of your company's resources to meet the requirements of the Statement of Work to include compatibility with the Government's existing EW SITE simulators without modification to either the hardware or software components. Describe your systems ability to share hardware components between threat simulators and transportability of Threat Simulation files created on your equipment (machine to machine) to existing government owned simulator systems without modification of the threat simulation. Any interested party that feels they can meet this requirement must identify in writing their interest, experience, and capability statement of past work no later than April 20, 2012 via email to the Contract Specialist, Terri Hand, via a Microsoft Word.doc or Acrobat Adobe.pdf file. File must not exceed 10 pages with a minimum font size of 12 point. As a general rule, no information is better than bad information. Classified material shall not be submitted. 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. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68936D1/N6893612R0086/listing.html)
- Document(s)
- Attachment
- File Name: N6893612R0086_12R0086_SOW.pdf (https://www.neco.navy.mil/synopsis_file/N6893612R0086_12R0086_SOW.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6893612R0086_12R0086_SOW.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6893612R0086_12R0086_SOW.pdf (https://www.neco.navy.mil/synopsis_file/N6893612R0086_12R0086_SOW.pdf)
- Record
- SN02723112-W 20120418/120416235051-024472400dd73ab00b7771965c81b82e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |