Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2025 SAM #8447
SOURCES SOUGHT

66 -- OTPS PHASE 2 - NEXT GENERATION JAMMER (NGJ)

Notice Date
1/10/2025 2:39:04 PM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-25-RFI-0310
 
Response Due
7/17/2025 10:30:00 AM
 
Archive Date
08/01/2025
 
Point of Contact
Desiree Pendleton, Phone: 7323232155, Melissa Bucci, Phone: 7323231578
 
E-Mail Address
desiree.i.pendleton.civ@us.navy.mil, melissa.a.bucci.civ@us.navy.mil
(desiree.i.pendleton.civ@us.navy.mil, melissa.a.bucci.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION NEXT GENERATION JAMMER MID-BAND (NGJ-MB) SYSTEM OPERATIONAL TEST PROGRAM SET (OTPS) PHASE TWO DEVELOPMENT This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS PGI 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement NEXT GENERATION JAMMER MID-BAND (NGJ-MB) SYSTEM OPERATIONAL TEST PROGRAM SET (OTPS) PHASE TWO DEVELOPMENT. This RFI is issued as part of the Government�s procurement strategy in support of a Next Generation Jammer Mid-Band (NGJ-MB) System Operational Test Program Set (OTPS) Phase Two Development. All of the proposed requirements for the NGJ-MB OTPS Phase 2 Development configuration item, including performance requirements, physical characteristics, and performance test and evaluation requirements are included in the NGJ-MB OTPS Phase 2 Development Performance Specification, which is forwarded with this Request for Information (RFI). After thoroughly reviewing of the NGJ-MB OTPS Phase 2 Development Performance Specification, each responder is requested to provide detailed answers the following questions and to provide the following information: REQUESTED INFORMATION: Section 1 of the response shall provide administrative information and shall include the following as a minimum: Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: 1) Specify whether your company has an existing product that is currently available in the marketplace, and that substantially meets the performance requirements detailed in the NGJ-MB OTPS Phase 2 Development Performance Specification. Please provide narrative information, photos, drawings, illustrations, brochures, user / product manual, videos, WEB or other references that describe the product and the enabling technologies utilized in the product design. 2) If your company does not have an existing product already available in the marketplace, indicate whether your company has an existing product, a product that is currently under development, or if your company is conducting research and development for a set of enabling technologies, that with continued development could be designed into a product that could substantially meet the performance requirements detailed in the NGJ-MB OTPS Phase 2 Development Performance Specification and could be made available to the marketplace within 24 months. If so, provide narrative information, photos, drawings, illustrations, brochures, user / product manual, videos, WEB or other references that describe the product and / or the enabling technologies planned or utilized in the development of the future finished product design. 3) Provide specific recommendations to the government to improve the NGJ-MB OTPS Phase 2 Development Performance Specification. 4) Forward specific questions to the government to clarify any aspect of the NGJ-MB OTPS Phase 2 Development Performance Specification. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Respondents will be notified of the result of the Government�s review. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management website: SAM.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five (5) business days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than January 17, 2025, 5:00 PM EDT to Desiree Pendleton at desiree.i.pendleton.civ@us.navy.mil and Melissa Bucci at melissa.a.bucci.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0965c0083fec4078bec0d6e9c695dd1f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07310149-F 20250112/250110230108 (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.