Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2025 SAM #8588
SOURCES SOUGHT

A -- Surface Electronic Warfare Embarkable Prototype (EPS) Development Indefinite-Delivery, Indefinite-Quantity Contract

Notice Date
5/30/2025 1:06:50 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL RESEARCH LABORATORY WASHINGTON DC 20375-5328 USA
 
ZIP Code
20375-5328
 
Solicitation Number
N00173-25-SSN-ML02
 
Response Due
6/15/2025 12:00:00 PM
 
Archive Date
06/30/2025
 
Point of Contact
MORGAN LYNCH
 
E-Mail Address
morgan.d.lynch.civ@us.navy.mil
(morgan.d.lynch.civ@us.navy.mil)
 
Description
The Naval Research Laboratory (NRL) intends to issue a modification to Indefinite-Delivery, Indefinite-Quantity (IDIQ) Contract N0017322D2001 to increase the maximum ordering quantity/amount. Contract N0017322D2001 was awarded to L3Harris NexGen Communications, LLC (formerly NexGen Communications, LLC) on a sole source basis on 19 November 2021 for the procurement of the supplies/services outlined in the attached SOW. The requested increase to the maximum ordering quantity/amount is necessary due to the increased program costs of the Government. The original maximum ordering quantity/amount was estimated and proposed in 2021 as the system design was still being developed in the first three task orders (N0017322F2001, N0017322F2033, and N0017324F2004) issued under Contract N0017322D2001. Labor and material estimates used in developing the original maximum ordering quantity/amount, while accurate at the time, proved low as the reality of the system design was finalized by L3Harris NexGen Communication, LLC, (hereafter, referred to as L3Harris) and the Government. The complexity of the final design requires a significantly larger cost per unit, which directly correlates to an increase in labor and material costs. NRL Tactical Electronic Warfare Division (TEWD) is presently fabricating, installing, and providing field support for AN/SLQ-59 V1 Embarkable Prototype Systems (EPSs), designed and developed for Forward Deployed Naval Forces (FDNF). L3Harris, has provided design, development, fabrication, installation, and field support under this contract in order to meet both system technical objectives and Fleet schedule requirements. Based on positive feedback from the Fleet and due to emerging threats, NRL TEWD has nearly completed the design stage to deliver an updated system (SLQ-59 (v)2 and (v)3). Through Contract N0017322D2001, L3Harris has been successfully providing immediate expertise in the development, manufacturing, and deployment of this follow-on system. The scope of the ongoing research has increased in complexity and as such, the initial labor and material cost estimates used to establish the current maximum ordering quantity/amount is no longer sufficient to meet Fleet requirements. The requested maximum ordering quantity/amount increase will be primarily used to support the work outlined in the remainder of this section. In order to expedite development of prototype systems to the Fleet, NRL TEWD requires additional support in the following areas: Design, development, fabrication, and delivery of eight SLQ-59 (v)2 and (v)3 EPSs (along with associated engineering support and initial spares) to address emergent threats while maintaining current operational capabilities. Provide sustained engineering support to support refurbishment of eight sets of embarkables, to include rotable removal, rehabilitation, and re-installation. NRL TEWD requires continued support, to include: technical expertise in AN/SLQ-59 V1 system, security, and infrastructural requirements to immediately support AN/SLQ-59 system testing, experience with AN/SLQ-59 V1 installation aboard guided-missile destroyers (DDGs), guided-missile cruisers (CGs), and aircraft carrier � nuclear propulsion (CVNs), Prototype Electronic Attack (EA) system and Lowest Replaceable Unit (LRU) development, and experience with SLQ-59 (v)2 and (v)3 LRU development. Deliverables for this effort include the following: SLQ-59(v)2 and (v)3 Design, Development, Fabrication and Installation System Requirements Definition Design Documentation Packages Technical Data Line Replaceable Units (Bench Test) System Prototype Configuration Management Plan Fabrication and Delivery of two SLQ-59 V4 Engineering Design Modules (EDMs) � EA Units EDM- Infrastructure Interactive Electronic Technical Manuals Sub-Assembly Acceptance Test Plan Factory Acceptance Test Plan Factory Acceptance Test Data Sparing, Service and Repair Plan Integrated Master Schedule Monthly Status Reports Updated Plans/Data Packages/Technical Documentation Fabrication and Delivery of eight SLQ-59(v)4 EPSs (configurations for DDGs and CGs) Initial Spares to Support Fielding Engineering Change Services The AN/SLQ-59 units that have been developed are comprised of multiple electronic warfare (EW) countermeasure units, a control panel, and electrical interface boxes. These units incorporate technology developed by NRL in conjunction with engineering design, fabrication, and installation support from L3Harris. A fully functioning testing facility is required to execute this contract within the required timeframe. L3Harris� test facility meets all current requirements for such a facility, including: liquid cooling; ship power; dry air; Low Pressure (LP) Air; Risk Management Framework (RMF) accreditation for test data collection at the Secret level; Test Equipment to Support SLQ-59 Test and Alignment Procedures; and, Advanced Design System (ADS) at the Secret level. All of which is maintained with in a facility authorized for classified Secret storage. This notice is being posted to meet the requirements of DFARS 206.302-1(d). A solicitation for this immediate action will not be posted; however, any firm that believes it can meet this requirement may give written notification to the Contract Specialist, Morgan Lynch (morgan.d.lynch.civ@us.navy.mil), by the closing date of this announcement. Supporting evidence must be in sufficient detail to demonstrate the ability to provide comparable experience and resources. All responsible sources may submit a capability statement, which shall be considered. However, a determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e838f8d215094c8c980907ef78e7cb77/view)
 
Place of Performance
Address: DC 20375, USA
Zip Code: 20375
Country: USA
 
Record
SN07461596-F 20250601/250530230050 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.