Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2009 FBO #2705
SOURCES SOUGHT

A -- Next Generation Jammer (NGJ) Technology Maturation

Notice Date
4/21/2009
 
Notice Type
Sources Sought
 
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
N00019-09-R-0238
 
Archive Date
5/7/2009
 
Point of Contact
Robyn B Warner,, Phone: (301) 757-7106
 
E-Mail Address
robyn.warner@navy.mil
 
Small Business Set-Aside
N/A
 
Description
1.0 INTRODUCTION The Naval Air Systems Command (NAVAIR) has a Technology Maturation (TM) requirement which includes the development of programmatic and engineering documentation up to and including Preliminary Design Review for a system-level demonstration prototype Next Generation Jammer (NGJ) Tactical Jamming System (TJS) to be built in a follow-on Technology Development (TD) Phase contract. The purpose of this Sources Sought is to inform industry of NAVAIR’s intent to host an Industry Day and to request industry capabilities statements. Further communications regarding the Industry Day, including the date and location, will be provided at http://www.navair.navy.mil/doing_business/open_solicitations/index.cfm under Solicitation Number N00019-09-R-0238. The information gathered as a result of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist for this effort. All Small Business Set-Aside categories will be considered. All work may be performed at a location of the contractor’s choosing. 2.0 DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. THERE ARE NO FUNDS AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 3.0 REQUIRED CAPABILITIES 3.1 Background The current jamming system used in the Fleet is the ALQ-99 TJS which was designed in the late 1960’s and fielded with the introduction of the EA-6B in 1971. The aging ALQ-99 TJS, also being used on the EA-18G, lacks the capability to match today’s complex Integrated Air Defense, communication, data link and non-traditional Radio Frequency (RF) threats. The current architecture also faces challenges in further evolving to face future threats. NGJ will adopt an adaptable, modular, and open architecture philosophy to combat the increasing capability gap and enable future growth at a reduced operations and sustainment cost. 3.2Program Objectives Work under the NGJ TM contract will begin development and procurement of an effective, integrated, and affordable NGJ system with a projected Initial Operational Capability (IOC) of 2018 that: •Addresses fundamental ALQ-99 shortfalls/performance requirements –Degrading relative capability over time –Limited scalability, flexibility, supportability –Limited number of simultaneous targets –Limited Interoperability, availability •May implement mature technologies identified in NGJ Technology Maturation Trade Studies/AoA •Invokes a modular, scalable, open system architecture to ensure future growth and platform adaptability 3.3 Phased Development Approach The NGJ program will progress to Initial Operational Capability (IOC) in four phases: a TM Phase (discussed herein), a TD Phase, an Engineering and Manufacturing Development (EMD) Phase, and a Low-Rate Initial Production (LRIP) Phase. The purpose of this procurement is to complete the TM Phase, which will consist of the development of the required engineering and programmatic documentation required to support and conduct a Preliminary Design Review for a system-level NGJ Prototype to be built and demonstrated during the TD Phase. The contractor will present their design and development approaches for the NGJ Prototype through contractor and Government co-chaired Prototype and System design review processes. This process will mirror the NAVAIR Systems Engineering Technical Review (SETR) process, with tailoring to ensure design rigor is commensurate with this prototyping phase. The contractor must show the relevancy of its Prototype in demonstrating technology maturity sufficient to enter EMD Phase. The contractor must show that they possess the in-house breadth of experience and expertise to not only design the NGJ Prototype, but also implement the follow-on TD, EMD, and LRIP Phases of NGJ development, if selected as the Prime Contractor for future contracts. It is anticipated that multiple Cost Plus Fixed Fee competitive awards will be made to offerors representing the best value to the Government. The period of performance of this TM Phase contract is expected to be approximately 9 months. 4.0 NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) The applicable Product Service Code (PSC) is AC12 and North American Industry Classification System (NAICS) Code is 541712, Research and Development in the Physical, Engineering, and Life Sciences. The NAICS Code is matched to size standards that are expressed as revenue (in millions of dollars) for companies providing services or expressed in number of employees for companies engaged in manufacturing. The size standard is 1,500 employees. 5.0 ADDITIONAL INFORMATION There are currently trade study contracts awarded to demonstrate that the NGJ system meets the following broad conditions and constraints: •Possess interoperability with U.S. Naval, joint and multi-national forces. •Be compatible with existing size, weight, and power constraints of the EA-18G in the Mod-escort/Stand-off mission profile as defined in Boeing NGJ EA-18G Integration Study report. •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. •Minimize the complexity of both integrating the system during EMD Phase on the host aircraft and that of the NGJ system itself. Modifications to the aircraft and its existing systems, in lieu of incorporating functionality into the NGJ system, must reflect a positive business case which considers all applicable program factors (e.g. effectiveness, risk, life cycle cost, schedule, platform portability, & others). It is anticipated that any potential offeror will not repeat this work but will consider these requirements when performing the tasks outlined in the contract. 6.0 SUBMISSION DETAILS Interested sources are requested to submit a technical capability paper (3 copies), no more than ten (10) pages in length, to the point of contact below: Ms. Robyn Warner, Contract Specialist E-mail: robyn.warner@navy.mil Naval Air Systems Command Headquarters 47123 Buse Road, Bldg 2272, Suite 453 Patuxent River, MD 20670-1547 Pages shall be no larger than 8.5 inch by 11 inch, and the print font no smaller than 10 point. The paper should explain the qualifications and experience of the firm interested in performing the work described above, list points of contact with title, phone and email, and state the status of the firm as a Small Business, special category of Small Business, or not a Small Business. The paper may be mailed via United States Postal Service and postmarked no later than 6 May 2009, or sent via e-mail to the above point of contact using Microsoft Office Word 2003 file or earlier.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=895a76c0a7e16b0e1df8ae4cfaa13cf6&tab=core&_cview=1)
 
Record
SN01798562-W 20090423/090421221645-895a76c0a7e16b0e1df8ae4cfaa13cf6 (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.