Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2024 SAM #8285
SOURCES SOUGHT

58 -- Adaptive Radar Countermeasures (ARC) F/A-18 Software Suite

Notice Date
8/1/2024 3:46:17 PM
 
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-TPM272-0075
 
Response Due
8/12/2024 12:00:00 PM
 
Archive Date
08/27/2024
 
Point of Contact
Kathleen Erickson, Sean McManus
 
E-Mail Address
kathleen.m.erickson13.civ@us.navy.mil, sean.t.mcmanus7.civ@us.navy.mil
(kathleen.m.erickson13.civ@us.navy.mil, sean.t.mcmanus7.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. INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its requirement to procure Non-Recurring Engineering (NRE) required to update and integrate the Adaptive Radar Countermeasures (ARC) F/A-18 Software Suite into the Integrated Defensive Electronic Countermeasures (IDECM) Hardware Suite during Fiscal Years (FY) 2025 through 2027. This effort will include NRE to support government testing and updates to the Software Suite identified during government testing. 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. ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5865: Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment. All interested businesses are encouraged to respond. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a �Secret� Facility Clearance. ANTICIPATED PERIOD OF PERFORMANCE: This contract is intended to satisfy Government requirements for FY25 through FY27. The anticipated award date is February 2025. ANTICIPATED CONTRACT TYPE: The contract type for this contract is anticipated to be Cost Reimbursable. PROGRAM BACKGROUND: The ARC F/A-18 Software Suit enables the F/A-18 EW system to generate effective electronic countermeasures against previously unknown emitters. REQUIRED CAPABILITIES: Requirements include familiarity and understanding of the ARC F/A-18 EW Software Suite. Ability to provide required updates and integrate the ARC F/A-18 Software Suite into the IDECM Hardware Suite. Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall demonstrate the capability to meet the Government�s required timelines. You may also submit information that demonstrates how you could potentially meet these requirements for future opportunities. INCUMBENT: This is a follow-on requirement. The incumbent contractor is: Leidos Incorporated, Reston, VA. 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 without delay upon contract award; Documentation should be in bullet point format. The capability statement package shall be sent by email to Kathleen.m.erickson13.civ@us.navy.mil and sean.t.mcmanus7.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on 12 August 2024. Procuring Contracting Officer (PCO), Sean McManus or Contract Specialist, Kathleen Erickson 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://sam.gov/opp/147daabec8e3456280defa80916c2e7e/view)
 
Place of Performance
Address: Reston, VA, USA
Country: USA
 
Record
SN07153894-F 20240803/240801230158 (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.