RoR7

Agency: DEPT OF DEFENSE
State: Illinois
Type of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Posted: Mar 26, 2024
Due: Apr 9, 2024
Solicitation No: N00019-24-RFPREQ-TPM272-0114SS
Publication URL: To access bid details, please log in.
Follow
RoR7
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-TPM272-0114SS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 26, 2024 07:51 am EDT
  • Original Response Date: Apr 09, 2024 08:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Rolling Meadows , IL 60008
    USA
Description

INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for Repair of Repairables and Weapons Replaceable Assemblies (WRAs) conversion for Fiscal Years (FY) 2025 through 2029. This effort will include the repair, support, calibration, and repackaging necessary to restore the AN/AAQ-24 Department of Navy Large Aircraft Infrared Countermeasures (DoN LAIRCM) Test WRAs and Shop Replaceable Assemblies (SRAs) to meet Acceptance Test Procedure standards.  These NAVAIR assets are essential to ongoing production/manufacturing efforts including, but not limited to, production testing, production engineering, in-production engineering investigations, lab simulation, analysis, and verification/validation of proposed production hardware and software changes.  This effort will include the processing and delivery requirements for Aircraft Characterization Modules (ACM) in support of ongoing aircraft modification efforts and configuration upgrades. This effort will also include the conversion and repair of fielded Advanced Threat Warner (ATW) WRAs.



THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the 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 notice.



ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5865: Electronic countermeasures, counter-countermeasures, and quick reaction capability equipment. All interested businesses are encouraged to respond.





ANTICIPATED PERIOD OF PERFORMANCE: The anticipated period of performance for the RoR IDIQ is 5 years and is intended to satisfy the Government requirements for FY25-FY29.



ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be a mix of Firm Fixed Price and Cost Reimbursable line items.



PROGRAM BACKGROUND: The current DoN LAIRCM system is a missile warning/detection system designed to direct Laser and Flare Countermeasures; combined with Hostile Fire Indication (HFI) and Laser Warning (LW) the system provides aircrew Situational Awareness (SA) and advanced inexhaustible Infrared Countermeasures (IRCM) to counter advanced surface-to-air threats and increase survivability of USMC/USN assault aircraft and aircrew.



REQUIRED CAPABILITIES: Requirements include familiarity and understanding of the DoN LAIRCM system to include platform integration requirements and facilities cleared for the handling and repair of classified WRAs. Interested vendors shall demonstrate capability and capacity to test, inspect, evaluate, repair, support, calibrate, and repackage each of the NAVAIR-owned DoN LAIRCM test assets listed below:



Control Indicator Unit (CIU) 001-007678-103



Signal Processor (SP) 001-007722-2103/2104/3061



Multi-role Electro-Optical End-to-End Optical Laser Stimulators (MEON) 001-007747-401



Guardian Laser Tracker Assemblies (GLTA) 001-008065A401/402



Infrared Missile Warning System (IR-MWS) 001-008087-0005/6



CIU Replacement (CIUR) 001-008684-0101/0102/0401/0402



Advanced Threat Warning (ATW) Sensor 001-008690-0001/0003



(LAIRCM System Processor Replacement) (LSPR) 001-008702-1001-11/1202-10/4000



In addition to the above, the vendor shall also demonstrate capability to perform conversion of the following WRAs:



Advanced Threat Warning (ATW) Sensor 001-008690-0001/0003



Guardian Laser Tracker Assemblies (GLTA) 001-008065A401/402



(LAIRCM System Processor Replacement) (LSPR) 001-008702-1001-11/1202-10/4000



Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall also demonstrate the capability to meet the Government’s required timeline for conversions and repairs.



INCUMBENT: This is a follow-on requirement. The incumbent contractor is: Northrop Grumman Corporation, Navigation, Targeting and Survivability, 600 S Hicks Rd, Rolling Meadows, IL 60008.



SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), in bullet point format, demonstrating their ability to perform the services described herein no later than 09 April 2024 [10 days]. The capability statement packages shall be sent by email to rebecca.w.bravo.civ@us.navy.mil and christopher.j.harritt.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on the date listed above. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Christopher J. Harritt or Contract Specialist, Rebecca Bravo at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.






Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 26, 2024 07:51 am EDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL
* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.