Search Contract Opportunities

ALQ-249 Next Generation Jammer (NGJ) and Advance Electronic Warfare

ID: N6893621D0009 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Draft a response outline indicating that my company is also capable of performing this sole source work
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Aug. 5, 2024, 7:42 p.m. EDT

DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. 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 ANNOUCEMENT IS STRICTLY VOLUNTARY.

OBJECTIVE:

The objective of this sources sought notice is to conduct market research to determine if responsible sources exist for a competitive effort, and to gain knowledge of potential qualified sources. The Naval Air Warfare Center Weapons Division (NAWCWD) intends to modify the current contract, held by Raytheon Company, to extend the Period of Performance (PoP) by 5 years. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy.

PROGRAM BACKGROUND/ SCOPE OF EFFORT:

The major requirement for this effort is for engineering and test support services for the ALQ-249 NGJ currently in development for the EA-18G aircraft. The contract scope will include domestic, foreign military sales (FMS), and domestic/ foreign cooperative development efforts. The proposed contract will provide H16/H18/H20/H22 software support for NGJ pod and integration including requirements analysis, design, development, integration, testing, training, and tools related to and in support of ALQ-249 and advanced Electronic Warfare initiatives.

PROCUREMENT TYPE:

The current contract is a Sole Source Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee (CPFF) and COST type Contract Line Item Numbers (CLINs). The intended source for the extension of the current contract vehicle by modification is the incumbent, Raytheon Company. The current contract was awarded to Raytheon on 06 January 2021, citing Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. As the sole designer, developer, and manufacturer of the ALQ-249 Next Generation Jammer (NGJ) and Advance Electronic Warfare Raytheon is the source that has the unique capability and expertise that can satisfy the needs of the Government.

RESPONSES:

Any firm believing it can fulfill the requirement identified above may submit a written response to be received at the Contracting Office no later than 5 business days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference contract number N6893621D0009 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Responses should also include the following information:

  • Vendor's name and address;
  • Vendor's point of contact (POC) name, phone, and e-mail;
  • Declaration as to whether a U.S. or foreign contractor;
  • Contractor Size (Small or Large according to the identified NAICS and size standard);
  • Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and work to be accomplished by the teaming partners;
  • A list of previous requirements provided, similar to the requirement described in this posting;
  • Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government's review of the information submitted

The Source Sought solicitation will be posted in Contract Opportunities on the System for Award Management (SAM) website at https://sam.gov/ on or about 09 May 2024 Interested firms must be registered in the SAM database at https://sam.gov/ to start doing business with the federal government. Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 business days from this notice date.

Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single POC per Commercial and Government Entity Code (CAGE) code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code's Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program: https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.

Posted: May 8, 2024, 12:08 p.m. EDT

Overview

Response Deadline
Aug. 9, 2024, 2:00 p.m. EDT (original: May 24, 2024, 2:00 p.m. EDT) Past Due
Posted
May 8, 2024, 12:08 p.m. EDT (updated: Aug. 5, 2024, 7:42 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$25.5 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Sole Source
Est. Value Range
Experimental
$500,000,000 - $1,500,000,000 (AI estimate)
Odds of Award
82%
Vehicle Type
Indefinite Delivery Contract
On 5/8/24 Naval Air Warfare Centers issued Sources Sought N6893621D0009 for ALQ-249 Next Generation Jammer (NGJ) and Advance Electronic Warfare due 8/9/24. The opportunity was issued full & open with NAICS 541330 and PSC AC13.
Primary Contact
Name
Leah Ashmore   Profile
Phone
(760) 793-3597

Secondary Contact

Name
Bretton A West   Profile
Phone
(760) 793-3494

Documents

Posted documents for Sources Sought N6893621D0009

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Sources Sought N6893621D0009

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N6893621D0009

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N6893621D0009

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC WD > NAVAL AIR WARFARE CENTER
FPDS Organization Code
1700-N68936
Source Organization Code
100076489
Last Updated
Nov. 11, 2024
Last Updated By
daniel.cooley1@navy.mil
Archive Date
Nov. 11, 2024