Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 26, 2020 SAM #6814
SOURCES SOUGHT

49 -- Next Gen Jammer Mid-Band Operational Test Program Sets

Notice Date
7/24/2020 6:54:36 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-RFI-0357
 
Response Due
8/10/2020 12:00:00 PM
 
Archive Date
08/25/2020
 
Point of Contact
Barbara J. Petrzilka, Phone: 7323232067
 
E-Mail Address
barbara.petrzilka@navy.mil
(barbara.petrzilka@navy.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. The following information is provided to assist the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ in conducting market research.� At this time, pending the results of market research, NAWCAD Lakehurst, NJ intends to negotiate on a sole source basis with Raytheon Company for the development of System Design Specification (SDS) documents and the design, development, fabrication and production of Operational Test Program Sets (OTPSs) and supporting Logistical data to include a Level III Technical Drawing Package.� The SDSs and OTPSs will be used to support the Intermediate and Depot Level repair of the Next Generation Jammer (NGJ) Mid Band (MB) Jamming System AN/ALQ-249V(1) avionics on the Navy�s Automatic Test Equipment family of testers known as electronic Consolidated Automated Support System (eCASS).� This procurement is for the development of SDS documents and the design, development, and fabrication of two (2) Engineering Development Models (EDMs) for approximately six (6) unique OTPSs. In addition, this requirement will include allow for ordering of quantities up to 25 of each unique OTPS, On-site Verification (OSVs) and logistics data with full technical data packages for each unique OTPS.� An Indefinite-Delivery, Indefinite Quantity (IDIQ) type contract is contemplated.� The purpose of the OTPSs is to implement test and repair capability at the Intermediate and Depot Level maintenance facilities for the NGJ MB System AN/ALQ-249V(1) utilizing eCASS.� This OTPS effort will provide repair capability for the following NGJ MB Jamming System Weapon Replaceable Assemblies (WRA): Common Electronics Unit (CEU) Chassis; CEU Platform Interface Module; CEU Master Clock Module; CEU Power Supply Module, CEU Signal Processor Module; CEU Frequency Control Module 1&2; CEU Mission Processor Module; Power Distribution Unit (PDU); MB1 Array and MB2 Array; Generator Rectifier and Regulator Unit (GRRU). Raytheon Company is the only source with the requisite knowledge, experience and technical expertise to produce the�NGJ MB SDSs and OTPSs. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and is issued in conformance with DFARS PGI 206.302-1; it does not constitute an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quote (RFQ). This RFI does not commit the Government to contract for any supply or service whatsoever. The Government WILL NOT PAY for any information received in response to this RFI, and the Government will not compensate the respondent for any cost incurred in developing the response to this RFI. Respondents are notified that a formal solicitation may not necessarily result from this RFI. Availability of any formal solicitation may be announced under a separate BetaSAM announcement. Any requests for copies of solicitations will not be addressed since this is an RFI, not an RFP. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Please be advised that all submissions become Government property and will not be returned. All interested parties should submit a white paper response which clearly indicates their ability to meet the Government�s requirements with a written discussion of the qualifications and experience, as well as the ability to access the requisite data which is necessary to perform the requirement and the timeframe for developing the OTPSs. �With the response, include a point of contact, phone number, e-mail address, website information, DUNS Number, CAGE Code, and Business Size Status for the North American Industry Classification System (NAICS) code of this RFI. Any responses in reference to this RFI shall be submitted electronically to Contract Specialist, Barbara J. Petrzilka, at Barbara.petrzilka@navy.mil with the subject line ""NGJ MB System RFI"". �All responses should be received no later than 3:00 pm Eastern, 10 August 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a84b4d1adfd941c6a41b42c6cde917aa/view)
 
Record
SN05733639-F 20200726/200724230150 (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.