Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2012 FBO #3787
MODIFICATION

A -- Next Generation Jammer (NGJ) Technology Development (TD) Presolicitation Notice

Notice Date
4/5/2012
 
Notice Type
Modification/Amendment
 
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
20032-12
 
Archive Date
5/1/2012
 
Point of Contact
Kara N Briscoe, Phone: (301) 757-7086, Kyle W Richmond, Phone: 301-757-5273
 
E-Mail Address
kara.briscoe@navy.mil, kyle.richmond@navy.mil
(kara.briscoe@navy.mil, kyle.richmond@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command (NAVAIR) intends to conduct a full and open competition under the authority of 10 USC 2304 (a) and in accordance with FAR Part 15 for the Next Generation Jammer (NGJ) Technology Development (TD) contract. NAVAIR does not intend to use the provisions of FAR Part 12 for this acquisition. This is a follow on contract to existing Technology Maturation (TM) efforts being performed under contracts N00019-10-C-0070 (BAE Systems), N00019-10-C-0071 (ITT Corporation), N00019-10-C-0072 (Northrop Grumman Corporation) and N00019-10-C-0073 (Raytheon Company) which were awarded as a result of Broad Agency Announcement (BAA) N00019-09-R-0238. The objective of the TD phase is to develop a cost effective jammer system to enhance aircraft survivability. NGJ is an electronic attack system that will provide significantly improved Airborne Electronic Attack capabilities against advanced threats through enhanced agility and precision within jamming assignments, increased interoperability and expanded broadband capability for greater threat coverage against a wide variety of radio frequency emitters. Initially, the NGJ system will be integrated on the EA-18G tactical aircraft to replace aging ALQ-99 Tactical Jamming System pods. The successful offeror in the TD phase will be required to mature and demonstrate critical technologies, complete the system architecture, and complete the requirements derivation and decomposition to subsystems. The TD phase will include: (1) Technology Readiness Assessments (TRAs) that substantiate Technology Readiness Level (TRL) 6 for Increment 1 (mid-band) Critical Technology Elements (CTEs); (2) System Designs to a Preliminary Design Review (PDR) to establish the functional and allocated baselines for Increment 1; and (3) Refining technical trade space including those to improve affordability, system efficiency, and host platform compatibility. The Government intends to release a Draft Request for Proposal (RFP) in early April 2012, including sections L&M. Industry input will be sought prior to the release of the Formal RFP in mid June 2012. Proposals will be required 60 days after Formal RFP release. Publicly releasable unclassified documentation such as the RFP sections A-M will be posted directly on the NAVAIR Open Solicitation Homepage website (http://www.navair.navy.mil/) and listed under "Business Opportunities/Open Solicitations" as solicitation number N00019-12-R-0035. All subsequent RFP amendments and publicly releasable documentation will reside on the NAVAIR Open Solicitation Homepage and will not be posted to any other website to include FedBizOpps. Unclassified documentation with distribution statement restrictions such as the Statement of Work and Contract Data Requirement s Lists (CDRLs) will be made available through a secure website that will serve as an unclassified virtual bidder's technical library. Other documentation to include Industry Day briefs, the voluntary interested vendors list, and Industry Day Questions & Answers will be posted to this library as well. Access to this library will be restricted to potential Prime Contractors. A list of all classified documentation will be hosted on the technical library along with procedures for access to these documents. Potential Contractors are asked to submit comments, questions, and requests for additional information directly to Kara Briscoe at kara.briscoe@navy.mil or by phone at (301) 757-7086. Please note that potential Prime contractors will need a Public Key Infrastructure (PKI) certificate and NAVAIR Applications (APPS) domain account to access the unclassified virtual bidder's external library. If a potential contractor does not already possess a PKI, please consult the following site for details on how to obtain a compliant Medium Assurance PKI certificate: http://iase.disa.mil/pki/eca/index.html. Be advised that this process can nominally take several weeks to complete. Potential Contractors must meet the requirements of the DD 254, Contract Security Classification Specification. To request access to the secure web site and to request transmittal of the classified documentation, potential Prime Contractors must contact the contract specialist, Kara Briscoe at kara.briscoe@navy.mil, with the following information: Company name, classified mailing address, phone number, email address (if available), current CAGE number, DoD Central Contractor Registration (CCR) number and acknowledgement of the contractor's responsibility under the U.S. export control laws and regulations. Potential contractors shall acknowledge that no dissemination of any export-controlled technical data subject to this requirement will occur in a manner that would violate applicable export control laws and regulations (DD Form 2345). Upon review of your written request, verification of your status and acknowledgement of the contractor's responsibility under the U.S. Export laws and regulations, the classified documentation, APPS account application and web site access instructions (https://www site address, user name, and password) will be provided. Prime Contractors shall be required to have completed the design effort for a NGJ system prototype prior to entry into TD. The Government will evaluate only those offerors' proposals that include a copy of a NAVAIR Design Readiness Review 2 (DRR2) letter stating that the exit criteria for a DRR2 has been met, establishing a product baseline for the offeror's NGJ system prototype. DRR2 is a tailored version of a Critical Design Review (CDR). The DRR2 will ensure a reasonable expectation of characterizing operational effectiveness and suitability of the design, and a plan to demonstrate technical maturity of at least a TRL 6 by the end of TD. Entry Criteria for the DRR2 shall be in accordance with the DRR2 checklist (tailored NAVAIR SETR CDR checklist). The DRR2, as a minimum, shall include: Mutually agreed to topics from the DRR2 entry criteria, presentation of the Product Baseline, and CTE Technology Readiness Assessment. Firms that have not conducted a DRR2 but are interested in competing as a TD Prime Contractor must contact Kara Briscoe at kara.briscoe@navy.mil, or by phone at (301) 757-7086, no later than 29 June 2012 to obtain the DRR2 checklist and schedule a design review. Prospective offerors who believe that their NGJ TD proposal will require the submission of information protected as Special Access Required (SAR) or Special Compartmented Information (SCI) must contact the Government personnel identified below as soon as possible. For SAR, contact your SAR sponsor and the Department of the Navy Special Access Programs Coordinator, N89, Mr. Steve Kiepe at (703)692-9305. For SCI, contact your SCI sponsor and the NAVAIR contract specialist, Ms. Kara Briscoe at (301)757- 7086. These contacts will allow appropriate coordination to occur and will enable the prospective offeror to gain the requisite approval from their SAR or SCI Sponsor, prior to the submittal of any SAR/SCI information. Upon approval of the SAR or SCI sponsor, specific instructions for submission of SAR/SCI information will be provided by the NAVAIR contract specialist, Ms. Kara Briscoe. SAR/SCI information is NOT to be sent to NAVAIR, the buying activity. Interested parties are advised that any classified submission will be subject to review with the SAR or SCI Sponsor. Prospective offerors who believe that their NGJ TD proposal will require the submission of information protected as Top Secret, Special Compartmented Information (TS/SCI) must contact NAVAIR AIR 4.12.2, Ms. Kim Cristaudo at 301-342-6300 as soon as possible. After release of the draft RFP, prospective prime contractors with their respective subcontractor teams may request one-on-one meetings with the Government to be conducted the week of 23 April. Requests to schedule a one-on-one meeting are to be made to Kara Briscoe (kara.briscoe@navy.mil, or by phone at (301)-757-7086) no later than 16 April 2012. ***April 5, 2012*** The Naval Air Systems Command (NAVAIR) has posted the DRAFT Request for Proposal (RFP) for the Next Generation Jammer (NGJ) Technology Development (TD) effort on the NAVAIR open Solicitation Homepage website (http://www.navair.navy.mil/) as solicitation number N00019-12-R-0035 listed under "Business Opportunities/Open Solicitations." All subsequent DRAFT RFP amendments and publicly releasable documentation will reside on the NAVAIR Open Solicitation Homepage and will not be posted to any other website to include FedBizOpps. Potential offerors as requested to provide comments and questions regarding the draft RFP directly to Kara Briscoe at kara.briscoe@navy.mil or by phone at (301) 757-7086.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/20032-12/listing.html)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN02715563-W 20120407/120406000253-92ebe6d2fc9200c102d2021e4709faf1 (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.