Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOURCES SOUGHT

K -- Airborne Electronic Attack and Electronic Support Systems

Notice Date
12/21/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893616R0069
 
Archive Date
1/13/2017
 
Point of Contact
Bretton West, Phone: (805) 989-8054, Frank Roberto, Phone: (760) 939-3916
 
E-Mail Address
bretton.west@navy.mil, frank.roberto@navy.mil
(bretton.west@navy.mil, frank.roberto@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Intend to award sole source based on FAR 6.302-1, Only One Responsible Source. The Naval Air Warfare Center Weapons Division (NAWCWD), Point Mugu, California, intends to negotiate and award a contract using other than full and open competition procedures. Negotiations will be conducted with Northrop Grumman Systems Corporation (NGSC), 925 S. Oyster Bay Rd., Bethpage, NY 11714, in order to procure engineering, technical and programmatic services for the development of products for the Airborne Electronic Attack (AEA) Integrated Product Team (IPT) located at the NAWCWD, Point Mugu, CA. The major requirement for this effort will result in System Configuration Set (SCS) implementation for the EA-18G and EA-6B, which will require NGSC to design, develop, and implement upgrades to software and ancillary hardware. Platforms to be supported include EA-18G, EA-18G Royal Australian Air Force (RAAF) Foreign Military Sales (FMS) configuration, EA-6B and other advanced electronic attack derivatives. The period of performance for the proposed acquisition will commence upon award and will continue for a period of five years. In accordance with FAR 6.302-1, NGSC possesses unique capabilities that are not available from any other source. Specifically, NGSC possesses data rights to thirty-one different algorithms associated with the ALQ-218. NGSC also is the prime contractor for the manufacture of the EA-18G AEA system and EA-6B aircraft. Furthermore, NGSC is the sole repository of the engineering design and software development expertise for all tactical software and integration of the avionics to the aircraft weapon system. As the sole designer, developer, integrator, manufacturer and supplier of the EA-18G AEA system and EA-6B aircraft, NGSC is the only source that has the unique combination of airframe and weapons system integration knowledge needed to perform the required mission support. No other source has the capability to provide the required systems engineering, software development, integration and testing efforts as described in the Statement of Work associated with this proposed procurement. Vendors interested in NGSC subcontracting opportunities should contact Susan Parris of NGSC at 805-987-9739. The government anticipates contract award in the third quarter of FY2018. The solicitation will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about 17 July 2017. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Written responses shall be submitted by e-mail to Bretton.west@navy.mil or mailed to "Commander, Code 254520E (Attn: Bretton West), NAVAIRWARCENWPNSDIV, 575 Ave. Ste. 1, Point Mugu, CA 93042-5049" by 06 January 2017. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response, which shall be considered by the agency. The written response shall reference solicitation number N68936-16-R-0069 and provide a capability statement that clearly indicates the firm's experience, assets, background and ability to perform the required work without compromising the quality, accuracy, reliability and schedule.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b43c66a848095c9b398544fe3a7196f0)
 
Place of Performance
Address: Point Mugu, California, United States
 
Record
SN04357128-W 20161223/161221234314-b43c66a848095c9b398544fe3a7196f0 (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.