Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2025 SAM #8718
SOURCES SOUGHT

99 -- AN/ALQ-161 Radio Frequency (RF) Switch

Notice Date
10/7/2025 7:30:58 AM
 
Notice Type
Sources Sought
 
Contracting Office
DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
5985011744773EW
 
Response Due
11/6/2025 2:00:00 PM
 
Archive Date
11/21/2025
 
Point of Contact
Brian Dobbins, Kevin Troung
 
E-Mail Address
Brian.Dobbins@us.af.mil, kevin.truong@us.af.mil
(Brian.Dobbins@us.af.mil, kevin.truong@us.af.mil)
 
Description
Request for Information AN/ALQ-161 Radio Frequency (RF) Switch CAUTION: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the AN/ALQ-161 Radio Frequency (RF) Switch NSN: 5985-01-174-4773EW, PN: 435709-1. The level of security clearance and amount of foreign participation in this requirement has not been determined. The Government�s Best Estimated Quantities for this requirement are in the table below. The requirement to procure the NSNs in the table below is one time buy for 19 + 2(FA) units. Best Estimated Quantities ONE TIME BUY NSN: 5985-01-174-4773EW (production quantity) P/N: 435709-1 Qty: 19 EA NSN: 5985-01-174-4773EW First Article (FA) P/N: 435709-1 Qty: 2 EA According to the AFMC Form 761 for this NSN, Screening Analysis Worksheet, the AMC/AMSC for this item is 2/G. AMC = Acquisition Method Code AMSC = Acquisition Method Suffix Code 2 = Suitable for competitive acquisition for the first time. /G = The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restriction. This is only AMSC that implies that parts are candidates for full and open competition. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractor will need to obtain or already have a Secret level of security clearance. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. The document(s) below contains a description of the AN/ALQ-161 Radio Frequency Switch requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. 2. If, after reviewing these documents, you desire to participate in market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions related to this market survey should be addressed to the PCO. AN/ALQ-161 Radio Frequency Switch PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capability, and experience to meet qualification requirements for qualification and production of the AN/ALQ-161 Radio Frequency (RF) Switch NSN: 5985-01-174-4773EW, PN: 435709-1. The Radio Frequency (RF) Switch within the ALQ-161 Electronic Warfare System is a critical component designed to increase the power of incoming RF signals, enhancing the system�s ability to detect, analyze, and respond to enemy threats. This switch operates within a specific frequency range and is responsible for increasing the amplitude of weak RF signals, improving signal to noise ratios. This switch contributes to the system�s sensitivity and range, allowing it to effectively identify and process electronic signals during flight. Interested sources may identify their interest and capability to respond to the requirements. Interest sources must have performed, produced, and maintained the AN/ALQ-161 variant systems in the past. Any prospective source will need to ensure their facility and personnel are qualified to generate and handle classified material as this contract will require the source to have access to secure/classified information. CONTRACTOR CAPABILITY SURVEY The AN/ALQ-161 RF Switch NSN: 5985-01-174-4773EW, PN: 435709-1 Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Recommend using NAICS 334511/334220 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service-Disabled Veteran Small Business (Yes / No) System for Award Management (SAM) (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Email your response to: Kevin Truong - Engineer - kevin.truong@us.af.mil Leighton Thompson � Engineer - leighton.thompson.2@us.af.mil Matt Dobbins � Logistics Manager � Brian.Dobbins@us.af.mil Questions related to this market research should be addressed to the POCs above. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities for generating, handling, processing and storing classified material and data. 4. Describe your company's capabilities and experience viewing and/or modifying engineering drawings. 5. What is your company�s current maximum capacity per month for this particular type of requirement? 6. What quality assurance processes and test qualification practices do your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). B. Commerciality Questions: 1. Is there established catalog or market prices for our requirement? 2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? 3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. C. Manufacturing Questions 1. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 2. If the item cannot be manufactured in total, state what your organization can produce. 3. State any technology insertion ideas for the item that would be suitable for this effort. D. Export Controlled Data Requirements to be determined Responsible 1. The proposed acquisition will be awarded to a responsible source. Detail data/drawings/schematics or any other releasable technical data will be available within the solicitation. To obtain copies of bidset documents an interested vendor must be currently registered in the Enhanced Joint Certification Program (EJCP). Interested venders will request copies of the bidset via Sam.Gov. Upon cage and certification verification by the PCO, bidset files will be released. 2. If a vendor does not have current EJCP certification they must register for access to export-controlled data. To fully initiate this process, vendors shall submit a DEV (DLA Enhanced Validation) application in the JCP portal. Link: https://www.public.dacs.dla.mil/jcp/ext/ No bidset files shall be released to any vendor who does not possess current EJCP certification.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/17b3553bd2a3433f9e92c1b17eca85e5/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07614145-F 20251009/251008010145 (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.