Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

B -- AEA-Electronic Warfare Studies and Analysis (AEA-EWS&A)

Notice Date
5/2/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8626-08-R-2099
 
Response Due
6/2/2008
 
Point of Contact
Patricia L. Krabacher,, Phone: 937-255-7995 or 904-4501, Terry B Hudson,, Phone: 785-5763
 
E-Mail Address
patricia.krabacher@wpafb.af.mil, terry.hudson@wpafb.af.mil
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF CONTRACT ACTION, 02 May 2008 The Aeronautical Systems Center Capabilities Integration Directorate, ASC/XR, Wright-Patterson AFB, OH intends to solicit Johns Hopkins University Applied Physics Laboratory (JHU/APL), Laurel, MD 20723-6099 on a sole-source basis to provide technical analysis and systems engineering support for the Airborne Electronic Attack (AEA) system of systems (SoS) concept development and other Air Force Electronic Warfare (EW) projects, as required. As a DoD designated University Affiliated Research Center (URAC), JHU/APL has unique credentials based on their extensive experience in EW analyses, systems engineering support, and independent assessment ability supplied over the years to the Navy EA-6B/EA-18G and the Air Force EF-111 Electronic Attack (EA) platforms and numerous studies and analyses for DoD EW programs. This Notice of Contract Action is published to notify potential subcontractors that this is anticipated to be a new contract awarded on a sole-source basis to JHU/APL around 1 Dec 08. This notice of intent is not a request for competitive proposals. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. The Air Force anticipates awarding JHU/APL a 5-year cost plus fixed fee contract not to exceed $24.5M. An approved system for storing and managing Top Secret material is required under this effort. The Government does not contemplate providing any equipment or data under this contract. It is anticipated that JHU/APL will provide analysis and engineering service support to the AEA SoS, as well as other Air Force and DoD/Service EW efforts. The AEA SoS includes, but is not limited to, the B-52 with standoff support jamming capability, recoverable stand-in support jamming capability, Miniature Air Launched Decoy (MALD), MALD-Jammer (MALD-J), Navy EA-6B and EA-18G, Navy, Marine, and Air Force F-35, Air Force F-22 and Air Force EC-130H Compass Call; as well as appropriate network interconnectivity and local Electronic Combat battle management between and among the SoS elements for the employment of the SoS. The North American Industry Classification System (NAICS) code for this requirement is 541330 "Engineering Services" using annual receipts of $25M. The responses to this synopsis will be used to confirm whether this will remain a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding a follow-on contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the AEA-EWS&A expertise shall submit detailed technical capabilities statement in writing to Ms. Patricia L. Krabacher, 577 AESG /PK (ASC/XR), 2145 Monahan Way, Bldg 28, WPAFB, OH 45433-7017, or electronically to patricia.krabacher@wpafb.af.mil. Voice communication is received at (937) 255-7995. Responses must be received no later than COB 02 Jun 08. Please reference FA8626-08-R-2099. Firms responding must indicate the following information: Eligibility to the 8(a) program. Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUB Zone certified, and indicate the appropriate NAICS code. Companies who are interested in sub-contracting opportunities should contact Lou Colangelo of JHU/APL at (443) 778-5904. All documentation shall become the property of the Government. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c6baeb818bac883a9188430c99503ded&tab=core&_cview=1)
 
Record
SN01565542-W 20080504/080502215534-c6baeb818bac883a9188430c99503ded (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.