Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

16 -- Next Generation Jammer (NGJ)

Notice Date
9/12/2008
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-08-R-0101
 
Response Due
10/13/2008
 
Archive Date
10/28/2008
 
Point of Contact
Carolyn A Abney,, Phone: 301-757-7060, Trudy G Carroll,, Phone: (301) 757-7062
 
E-Mail Address
carolyn.abney@navy.mil, trudy.carroll@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This notice constitutes a DRAFT BAA as contemplated by FAR 6.102(d)(2). This DRAFT BAA is listed at http://www.navair.navy.mil/doing business/open solicitations/ (Business Opportunities/Open Solicitations). All unclassified associated documentation (Government Furnished Information, DD254, etc) will also be posted at the above website. 1.0 Introduction. The Program Executive Office for Tactical Aircraft Programs (PEO(T))(PMA234) is releasing this Broad Agency Announcement (BAA) to seek proposals for research support in developing innovative solutions at the system level that address the Next Generation Jammer requirements. Concepts developed under this BAA may be considered in the development of the Next Generation Jammer (NGJ) system prototype. The Navy’s desire is to develop an evolutionary NGJ system for implementation in the 2018 timeframe. The proposed acquisition strategy follows an incremental approach, where the first increment emphasizes a Modular, Open System Approach (MOSA) to provide an enabling environment for affordable development & sustainment as well as effective interoperability and integration. 2.0 Background. The current jamming system used in the Fleet is the ALQ-99 Tactical Jamming System (TJS). The ALQ-99 TJS pod system was designed in the late 1960’s and fielded with the introduction of the EA-6B in 1971. The Next Generation Jammer (NGJ) system is intended to replace the capability currently enabled by the ALQ-99 jamming pods, providing a significant enhancement to the EA-18G’s electronic attack capabilities at a reduced operations and sustainment cost. First identified in the 2002 AEA System of Systems (SoS) Analysis of Alternatives (AoA), there is a compelling need, founded in both capability and sustainability to move beyond the ALQ-99. 3.0 Program Goals. Through this BAA, PMA-234 is seeking industry engagement to develop innovative ways to perform tactical jamming within the context of current and future threats using the EA-18G and Joint Strike Fighter as target platforms. From a system level perspective, the goal of this effort is to investigate effectiveness of alternative solutions for the NGJ system, select and define an optimal solution, define its subsystems, allocate requirements, identify any needed technology developments, and establish initial project planning documentation. The offeror is expected to identify, substantiate, and resolve requirements that have questionable utility or have unacceptable risk of not being satisfied. Proposed solutions must be substantiated by trade studies and analyses that demonstrate the potential of the NGJ system meet the following broad conditions and constraints: • Possess interoperability with U.S. Naval, joint and multi-national forces. • Be compatible with size, weight, and power constraints of the EA-18G in the Mod-escort/Stand-off mission profile. • Employ designs based on a modular open systems approach (MOSA) that incorporate appropriate considerations for re-configurability, portability, maintainability, technology insertion, vendor independence, reusability, scalability, interoperability, upgradeability, and long-term supportability. • Be fully interoperable with a wide-variety of battle management command and control systems. • Achieve an optimum balance of mission effectiveness, operational availability (reliability, maintainability, supportability, manning, and human system integration) and life cycle cost. 4.0 BAA Tasks. There are four tasks associated with this BAA. The first task (Mission Analysis) establishes tactical jamming system performance metrics and explores the capabilities necessary for optimally performing the jamming mission as part of the electronic warfare environment. The second task (System Architecture) defines the NGJ conceptual system architecture and reports on Technology Effectiveness/Trade-off Analysis. The third task (Technical Baseline) transforms the capabilities and conceptual system architecture into a NGJ system and creates a proposed technical baseline. The fourth task (Project Planning Documentation) develops a plan that defines a program schedule, cost, human resource requirements and major material procurements for each phase of the conceptual hardware and software design & development, integration and test phases, and develops a risk assessment in realizing the proposed technical baseline within the intended timeframe. Relative to each task, offerors will identify any overlap with other Department of Defense jamming Electronic Warfare (EW)/AEA development efforts, and state in the proposal what tasks have already been accomplished and any related constraints and resources. 5.0 Contracts. It is anticipated that contracts awarded under this BAA will be restricted to businesses that have the in-house breadth of experience and expertise to explore in detail the specific areas of interest for which the offerors are proposing. Offerors may also propose a teaming arrangement, in which the offeror will be responsible for the overall content of deliverables as proposed in the statement of work. Furthermore, the Navy prefers that offerors possess the large scale integration experience necessary to comply with task 4.3 and 4.4 (see paragraph 6.6.3). Due to the nature of the requirements, it is anticipated that there will be a series of government/contractor technical coordination meetings (TCM) throughout the period of performance for which the offeror should plan in the proposal. The government expects to allot $4.0-$6.0M for each award. However, award amounts and number of awards may vary based on budgetary constraints, technical merit and utility to the government. The government is not required to award any contracts as a result of this announcement. 5.1 Number of Awards. It is the Government’s intention to award up to six basic contracts under this BAA, however, the number of contracts may vary based on technical merit and utility to the government. A single offeror submitting proposals for alternative approaches may receive multiple awards, at the Governments discretion. The Government will consider each proposal independently and weigh each against the defined evaluation criteria. 5.2 Period of Performance The expected period of performance for contract award under this BAA is not to exceed six months from award date. 5.3 Contract Type. Contracts will be Firm Fixed Price. 5.4 Security Classification. The DD-254 is for solicitation bidding purposes only, and is not valid for the actual contract. Upon award of any contracts, new DD-254s will be established reflecting specific contractor requirements based on their proposal security classification requirements. 6.0 International Participation. Foreign Nationals/Governments/Non-US Citizens (US government classification control) may not participate in this potential ACAT 1D program. 7.0 Offerors are advised that the employees of commercial firms under contract to the Government may serve as technical advisors on the program. Such commercial firms are expressly prohibited from competing on the subject effort and from proposal rating, ranking, or recommending the selection of a source. By submission of its offer, the offeror gives the Government permission to release the offeror’s proprietary information to employees of the following organizations: John Hopkins University Applied Physics Laboratory (JHU-APL), Laurel, MD; and L-3 Services Inc. (Command & Control Systems and Software Division) of Lexington Park, MD. Questions regarding this solicitation should be addressed via email to Carolyn A. Abney, Contract Specialist, at carolyn.abney@navy.mil. Telephone inquiries will not be accepted. Emails MUST contain in the subject line: “Q&A for BAA N00019-08-R-0101, Next Generation Jammer”. Amendments to the solicitation, if any, as well as questions and answers (Q&A) will be posted on the website at the above link. Potential Offerors are strongly advised to periodically revisit the solicitation weblink for updates.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f6348da66771e3513706240f3afe62af&tab=core&_cview=1)
 
Record
SN01668870-W 20080914/080912222044-f6348da66771e3513706240f3afe62af (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.