Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2020 SAM #6817
SOURCES SOUGHT

58 -- Sources Sought for Basic Ordering Agreement (BOA), N0001920G0005 to support the AN/APR-39 Radar Warning Receiver (RWR) Weapon Replaceable Assemblies (WRAs) for FY 21, 22, and 23

Notice Date
7/27/2020 2:16:11 PM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N0001920G0005_AN_APR_39
 
Response Due
8/6/2020 12:00:00 PM
 
Archive Date
08/21/2020
 
Point of Contact
Brittoney Green, Phone: 3017570069, Christopher J Harritt, Phone: 3017577112, Fax: 3017577110
 
E-Mail Address
brittoney.green@navy.mil, christopher.harritt@navy.mil
(brittoney.green@navy.mil, christopher.harritt@navy.mil)
 
Description
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. INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award orders under Basic Ordering Agreement (BOA), N0001920G0005 to support the AN/APR-39 Radar Warning Receiver (RWR) Weapon Replaceable Assemblies (WRAs) for FY 21, 22, and 23.� Orders placed under this BOA will support PMA272 logistics and engineering efforts for the AN/APR-39 Program.� The logistics efforts include, but are not limited to:� (1) maintenance and update of logistics databases, drawings and technical data; (2) repairs, refurbishment, piece parts and materials; (3) support of test and aircraft installs and (4) other logistics efforts as required.� The engineering support efforts include, but are not limited to:� (1) investigation of reported anomalies/deficiencies on fielded/production equipment and the implementation of corrective actions; (2) software and hardware support efforts; (3) field support; (4) integration support and (5) other engineering support as required. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. �It is a market research tool being used to determine potential and eligible businesses 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 notice.�� � The Product/Service Code (PSC) for the AN/APR-39 is 5841 Radar Equipment ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5841: Radar Equipment designed to passively detect an enemy's effective use of radiated Radio Frequency (RF) energy. �All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE: Orders under BOA N0001920G0005 may be issued starting on 7 May 2020. ANTICIPATED CONTRACT TYPE: The contract type for each order will be determined in accordance with the requirements for each effort, and is anticipated to be a mix of Fixed Price and Cost Reimbursable. PROGRAM BACKGROUND: �The AN/APR-39D(V)2 RWR is a passive radar detection and warning system designed to provide situational awareness to aircrew of helicopters, rotorcraft, and low/slow fixed wing aircraft from RF threats. REQUIRED CAPABILITIES: Requirements include familiarity and understanding of the AN/APR-39 advanced technology to improve RF detection and warning for aircraft/aircrew survivability and aircrew situational awareness. �Operational software improvements will incorporate fixes from flight test and ground test events. The Government did not procure the technical data for the AN/APR-39D(V)2, so any interested business would have to negotiate for access to and use of that data from the original supplier, in order to fulfill the potential requirement in the time required. �The effort in this procurement will satisfy the Government's minimum need. INCUMBENT: This is a follow-on requirement. The incumbent contractor is: Northrop Grumman Mission Systems, 600 S Hicks Rd, Rolling Meadows, IL 60008 SUBMISSION DETAILS: Interested business shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to perform the services described herein; Documentation should be in bullet point format. The capability statement package shall be sent by mail to V22 Contracts, Brittoney Green, V22111, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by email to brittoney.green@navy.mil and Christopher.harritt@navy.mil.� Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on 06�August 2020. �Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Christopher J. Harritt or Contract Specialist, Brittoney Green at the above email addresses. 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.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/af2d4ba6c6554ccba840fde93e3a9cb7/view)
 
Place of Performance
Address: Rolling Meadows, IL 60008, USA
Zip Code: 60008
Country: USA
 
Record
SN05735233-F 20200729/200727230139 (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.