SPECIAL NOTICE
J -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT �SOLE SOURCE SUPPLIES/SERVICES IN SUPPORT OF ALQ-99, ALQ-240, NEXT GENERATION JAMMER � LOWBAND (NGJ-LB) AMPLIERS, P-8A POSEIDON MODIFIED SCANNER ANTENNA UNIT (MSAU) AND SELECT COMPONENTS UTILIZED IN THE EA-18G G
- Notice Date
- 8/8/2025 6:16:36 AM
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NSWC CRANE CRANE IN 47522-5001 USA
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016425SNB85
- Response Due
- 8/25/2025 1:00:00 PM
- Archive Date
- 09/09/2025
- Point of Contact
- Megan Regan
- E-Mail Address
-
megan.m.regan2.civ@us.navy.mil
(megan.m.regan2.civ@us.navy.mil)
- Description
- N0016425SNB85 � REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT �SOLE SOURCE SUPPLIES/SERVICES IN SUPPORT OF ALQ-99, ALQ-240, NEXT GENERATION JAMMER � LOWBAND (NGJ-LB) AMPLIERS, P-8A POSEIDON MODIFIED SCANNER ANTENNA UNIT (MSAU) AND SELECT COMPONENTS UTILIZED IN THE EA-18G GROWLER AIRCRAFT AIRBORNE ELECTRONIC ATTACK (AEA) SUITE � FSC J059 - NAICS 334511 Issue Date: 8 August 2025 � Closing Date: 25 August 2025� 4:00 PM EDT Naval Surface Warfare Center, Crane Division (NSWC Crane) is seeking information for market research purposes regarding capabilities to provide supplies and/or services in support of the ALQ-99 Tactical Jamming System (TJS) Low Band Transmitter Antenna Group (LBT-AG), ALQ-99 TJS Low Band Consolidated Antenna Group (LBC-AG), ALQ-99 TJS Band 9/10 Transmitter, Next Generation Jammer � Lowband (NGJ-LB) Amplifiers, P-8A Poseidon Aircraft ALQ-240 Electronic Support Measures (ESM) Scanner Antenna Unit (SAU), P-8A Anti-Submarine Warfare (ASW) Signal Intelligence (SIGINT) Modified Scanner Antenna Unit (MSAU), ALQ-240 ESM Select Components, and Select Components utilized in the EA-18G Growler Aircraft Airborne Electronic Attack (AEA) Suite. These electronic warfare systems are installed on the US Navy EA-18G Growler aircraft, P-8A Poseidon aircraft and other EW platforms. Anticipated supplies include but are not limited to: Weapon Replaceable Assemblies (WRAS), Shop Replaceable Assemblies (SRAS), sub-SRAS, bit/piece parts, test equipment, and ancillary equipment. Anticipated services include but are not limited to: Engineering and technical support, redesigns, product improvements, upgrades, system and subsystem integration, engineering analyses, documentation (e.g. drawings, data, and software), and repair. This effort is anticipated to be conducted on a sole source basis in accordance with statutory authority permitting other than full and open competition 10 U.S.C. � 3204(a)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. NSWC Crane intends to award a Basic Ordering Agreement on a sole source basis to CAES Systems LLC. The basis for restricting competition is because either the Government does not possess the technical data packages or data rights for the above listed subsystems or the duplication of cost/schedule to test another vendor�s system for flight use is cost/time prohibitive. CAES Systems LLC is the only contractor possessing the capability to provide the required supplies/services to meet mission requirements without significant duplicative costs and time delays to the Government, which would not be recouped through a competitive contract action. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to enable them to meet the Government�s requirements may respond. Responses shall address technical capabilities to provide the support described herein for each subsystem. All interested parties may submit company and product literature, a white paper no longer than five (5) pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, and an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the estimates of duplication of costs and time delays. Responses to the Market Survey shall include the following: Submitter�s Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N0016425SNB85 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement. The POC for this effort is Ms. Megan Regan, Code 0242, megan.m.regan2.civ@us.navy.mil. Reference announcement number N0016425SNB85 in the subject line of e-mails and in ALL correspondence and communications related to this effort. If any part of the submittal is classified, please contact the POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent unauthorized disclosures. Your interest in the response is appreciated.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d60a8a65f53d47ac9cc101e080873408/view)
- Record
- SN07543147-F 20250810/250808230043 (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 |