Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2024 SAM #8151
SOURCES SOUGHT

58 -- ALR-67(V)3 Radar Warning and Receiver (RWR) Weapons Replaceable Assemblies (WRA) Test Asset Repairs

Notice Date
3/20/2024 8:53:38 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-TPM265-0231
 
Response Due
4/4/2024 2:00:00 PM
 
Archive Date
04/19/2024
 
Point of Contact
William D. Gentry, Phone: 3017577069, Jennifer Lauver
 
E-Mail Address
william.d.gentry20.civ@us.navy.mil, jennifer.l.lauver.civ@us.navy.mil
(william.d.gentry20.civ@us.navy.mil, jennifer.l.lauver.civ@us.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.� THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED AS A RESULT OF THIS SOURCES SOUGHT NOTICE.THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED AS A RESULT OF THIS SOURCES SOUGHT NOTICE. INTRODUCTION The Naval Air Systems Command (NAVAIR) intends to award a cost-type contract action with Raytheon Company (CAGE 06129) of 6380 Hollister Ave. Goleta CA, 93117-3114. The contract procures the repairs of the�F/A-18C/D/E/F aircraft ALR-67(V)3 Radar Warning Receiver (RWR) Weapons Replaceable Assemblies (WRA)�in support of Engineering Change Proposals (ECPs) 0622, 156 and 161�during fiscal years (FY) 2024-2025.� The WRAs are�used to conduct software/hardware performance and capability testing of the ALR-67(V)3 system, in whole or in part, to carry out all testing evolutions. The WRAs under the NAICS 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing).� The Raytheon Company is the sole designer, developer, manufacturer, and supplier of the F/A-18C/D/E/F aircraft ALR-67(V)3 RWR, and is the systems original government-furnished equipment manufacturer.� The Government believes Raytheon is the only firm that possesses the technical data, tooling, facilities, subject matter expertise, engineering/manufacturing and on-site personnel necessary to accomplish this effort. This acquisition is being pursued on a sole source basis, under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. REQUIRED CAPABILITIES Supplies and/or services to be procured under this order may include the following: Program Management, Engineering Design and Development, Research and Trade Studies and Data Management. 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 provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. 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.� The documentation must address, at a minimum, the following:� Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein.� Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.� The capability statement package shall be sent by email to jennifer.l.lauver.civ@us.navy.mil. Submissions must be received at the email cited no later than 5:00 p.m. Eastern Standard Time on 04 April 2024. Questions or comments regarding this notice may be addressed to Jennifer Lauver via email at jennifer.l.lauver.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d4af310b5eb43fc91527aa16fb882b4/view)
 
Place of Performance
Address: Goleta, CA 93117, USA
Zip Code: 93117
Country: USA
 
Record
SN07003985-F 20240322/240320230105 (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.