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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential sources capable of providing the supplies and services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. Each contract action will be synopsized on the BetaSAM website as applicable in FAR 5.201(b).
INTRODUCTION
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to continue the upgrade to the EA-18G Airborne Electronic Attack (AEA) system through the AEA System Enhancement (ASE) project effort to provide additional processing capacity and infrastructure to accommodate planned functionality needed to address advanced threats and platform interoperability with Next Generation Jammer (NGJ). As a part of this effort, NAVAIR intends to procure additional retrofit kits for all current EA-18G aircraft.
ELIGIBILITY
The PSC for this requirement is 1680; the NAICS is 336413 with a size standard of 1500 employees. All interested businesses are encouraged to respond.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance for the contract is 36 months. The anticipated start date is September 2021.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Firm Fixed Price / Fixed Price Incentive (FPI).
PROGRAM BACKGROUND
ECP 6482 EA-18G Airborne Electronic Attack System Enhancements (ASE) is for the design, development, integration, and production of modifications to the AEA System on the United States Navy and FMS EA-18G aircraft.
REQUIRED CAPABILITIES
Requirements include familiarity with the design and configuration of AEA systems capabilities. Manufacturing knowledge, experience, and technical data are required to fulfill this procurement within the time required. The FY 2021 through FY 2023 efforts may include the following: production, engineering and/or technical support, and associated financial and administrative data. Navy APN-5 and APN-6 appropriations for FY 2021 through FY 2023 will be used for these efforts. The items acquired in this procurement will satisfy the Government's minimum need.
INCUMBENT
This is a follow-on requirement. The incumbent contractor is: Northrop Grumman Systems Corporation, 1580A W Nursery Rd, Linthicum Heights, MD 21090.
SUBMISSION DETAILS
Interested businesses shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. The capability statement package shall be sent by email to [email protected]. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on TBD. Questions or comments regarding this notice may be addressed to Julie M. Gill, [email protected]. All responses shall include Company Name, Company Address, Company CAGE Code, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.