Search Contract Opportunities

Next Gen Jammer Mid-Band Operational Test Program Sets

ID: N6833522R0027 • Type: Presolicitation
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 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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ intends to negotiate on a sole source basis with Raytheon Company, 2501 W University Dr, McKinney, TX, 75071-1300, CAGE 96214, for the development of System Design Specification (SDS) documents and the design, development, fabrication and production of Operational Test Program Sets (OTPSs) and supporting Logistical data to include a Level III Technical Drawing Package.

The SDSs and OTPSs will be used to support the Intermediate and Depot Level repair of the Next Generation Jammer (NGJ) Mid Band (MB) Jamming System AN/ALQ-249V(1) avionics on the Navy's Automatic Test Equipment \family of testers known as electronic Consolidated Automated Support System (eCASS). This procurement is for the development of SDS documents and the design, development, and fabrication of two (2) Engineering Development Models (EDMs) for approximately six (6) unique OTPSs. In addition, this requirement will include allow for ordering of quantities up to thirty (30) of each unique OTPS, On-site Verification (OSVs) and logistics data with full technical data packages for each unique OTPS. An Indefinite-Delivery, Indefinite Quantity (IDIQ) type contract is contemplated.

The purpose of the OTPSs is to implement test and repair capability at the Intermediate and Depot Level maintenance facilities for the NGJ MB System AN/ALQ-249V(1) utilizing eCASS. This OTPS effort will provide repair capability for the following NGJ MB Jamming System Weapon Replaceable Assemblies (WRA): Common Electronics Unit (CEU) Chassis; CEU Platform Interface Module; CEU Master Clock Module; CEU Power Supply Module, CEU Signal Processor Module; CEU Frequency Control Module 1&2; CEU Mission Processor Module; Power Distribution Unit (PDU); MB1 Array and MB2 Array; Generator Rectifier and Regulator Unit (GRRU). Raytheon Company is the only source with the requisite knowledge, experience and technical expertise to produce the NGJ MB SDSs and OTPSs.

The Government does not possess the technical data to manufacture the required hardware or the technical data required to perform the non-recurring integration support necessary to integrate this equipment within the JSE architecture. Market Research has not found any other sources capable of meeting the Government's current requirement.

THIS IS NOT A REQUEST FOR PROPOSALS. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of 10 U.S.C. 2304(c)(1) and as implemented by FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements". Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by 05:00 PM EDT 18 January 2022 will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.

Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses to this notice must include the company name, point of contact, address, area code and telephone number, electronic mail (email) address and company literature sufficient to determine the capability of this company to perform this effort. No phone inquiries will be entertained. Responses shall be made in writing by email to the attention of John Murtagh at john.c.murtagh.civ@us.navy.mil.

Overview

Response Deadline
Jan. 18, 2022, 5:00 p.m. EST Past Due
Posted
Jan. 3, 2022, 9:45 a.m. EST
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Sole Source
Odds of Award
48%
On 1/3/22 NAWC Aircraft Division issued Presolicitation N6833522R0027 for Next Gen Jammer Mid-Band Operational Test Program Sets due 1/18/22. The opportunity was issued full & open with NAICS 334519 and PSC 4920.
Primary Contact
Name
John Murtagh   Profile
Phone
None

Documents

Posted documents for Presolicitation N6833522R0027

Question & Answer

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

Contract Awards

Prime contracts awarded through Presolicitation N6833522R0027

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6833522R0027

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6833522R0027

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAIR WARFARE CTR AIRCRAFT DIV
FPDS Organization Code
1700-N68335
Source Organization Code
100255266
Last Updated
Jan. 19, 2022
Last Updated By
john.c.murtagh@navy.mil
Archive Date
Jan. 19, 2022