Search Contract Opportunities

Assault AAQ-45 PoR DAIRCM IDIQ (PRMs/LRIP)   4

ID: N00019-24-TPM272-0015 • Type: Sources Sought

Description

DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE ASOLICITATION 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 BYRESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award an Indefinite Delivery, Indefinite Quantity type Contract for hardware production and associated logistics to support the Low Rate Initial Production (LRIP) phase of the AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM) program. The IDIQ will include, but is not limited to, hardware production, related systems engineering and program management including aircraft integration, and special test equipment.

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, that includes and is restricted to passive and active electronic equipment, systems, and subsystems designed to prevent or reduce an enemy's effective use of radiated electromagnetic energy or designed to insure our own effective use of radiated electromagnetic energy. All interested businesses are encouraged to respond.

ANTICIPATED PERIOD OF PERFORMANCE:

The period of performance will be December 2025 to December 2028.

ANTICIPATED CONTRACT TYPE:

The contract type is anticipated to be a mix of Fixed Price and Cost Reimbursable.

PROGRAM BACKGROUND:

The current NAVAIR small- to medium rotary wing advanced Infrared Countermeasure (IRCM) solution, AN/AAQ-45, is designed to detect and defeat a wide range of infrared seeking missiles and to provide aircrew notification of hostile fire (e.g. small arms and unguided munitions) and laser guided threats.

REQUIRED CAPABILITIES:

Hardware requirements include familiarity and understanding of advanced IRCM technology for aircraft/aircrew survivability and aircrew situational awareness. A capable IRCM solution shall meet form/fit/function requirements of the incumbent system and meet exportability and sustainability requirements, with no impact to immediate operational requirements. A capable IRCM solution shall successfully interface with the full ASE suite, mission computer, and displays on the following airborne platforms:

UH-1Y * AH-1Z

MH-60S

HH-60W * AH-6/MH-6

*MH-60R *S-70A

A capable IRCM solution shall also provide incumbent system functionality to the ASE suite including ALE-47 and AECM. A capable IRCM solution shall be backwards compatible with the incumbent system and aircraft A-kits.

Aircraft integration support includes supporting the user interface to the mission computer, aircraft hardware installation troubleshooting and technical support, as well as test and evaluation analysis and support. This includes the capability to assist in site surveys, integration location trade-off analysis, as well as integration support once hardware is delivered. Handling and use of classified information is required.

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 authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. You may also submit information that demonstrates how you could potentially meet these requirements for future production opportunities.

INCUMBENT:

This is a follow-on requirement. The incumbent contractor is: DRS Systems, Inc., 100 N Babcock Street, Melbourne, FL 32935-6715.

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; Documentation should be in bullet point format. The capability statement package shall be sent by mail to V22 Contracts, Catherine Kaler, V22111, 47123 Buse Road, Building 2272, Suite 536, Patuxent River, Maryland 20670 or by email to catherine.i.kaler.civ@us.navy.mil and christopher.j.harritt.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 4:30 p.m. Eastern Standard Time on 26 October 2023. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Christopher J. Harritt or Contract Specialist, Catherine Kaler 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.

Overview

Response Deadline
Nov. 6, 2023, 11:59 p.m. EST Past Due
Posted
Oct. 26, 2023, 4:41 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
51%
Vehicle Type
Indefinite Delivery Contract
On 10/26/23 Naval Air Systems Command issued Sources Sought N00019-24-TPM272-0015 for Assault AAQ-45 PoR DAIRCM IDIQ (PRMs/LRIP) due 11/6/23. The opportunity was issued full & open with NAICS 334511 and PSC 5865.
Primary Contact
Name
Catherine Kaler   Profile
Phone
None

Secondary Contact

Name
Christopher J. Harritt   Profile
Phone
None

Documents

Posted documents for Sources Sought N00019-24-TPM272-0015

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N00019-24-TPM272-0015

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00019-24-TPM272-0015

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-24-TPM272-0015

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-24-TPM272-0015

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
Nov. 21, 2023
Last Updated By
catherine.i.kaler1@navy.mil
Archive Date
Nov. 21, 2023