Sensor System Hardware for F/A-18 and E/A-18G

expired opportunity(Expired)
From: Federal Government(Federal)
N6893622R0021

Basic Details

started - 30 Mar, 2022 (about 2 years ago)

Start Date

30 Mar, 2022 (about 2 years ago)
due - 13 Apr, 2022 (about 2 years ago)

Due Date

13 Apr, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
N6893622R0021

Identifier

N6893622R0021
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709065)DEPT OF THE NAVY (156983)NAVAIR (14274)NAVAIR NAWC WD (2498)NAVAL AIR WARFARE CENTER (6387)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Naval Air Warfare Center, Weapons Division (NAWCWD) intends to award a sole source contract based on FAR 6.302-1, Only One Responsible Source. The intended source is Raytheon Space and Airborne Systems Company (SAS) because they are the original and sole designer, developer and manufacturer of the Advanced Targeting Forward-Looking Infra-red (ATFLIR), and the AN/APG-65, AN/APG-73 and AN/APG-79 radars. As such they are the only source capable of developing RADAR electronic countermeasure improvements and incorporating enhancements for new sensor tactical capabilities. The Government does not possess adequate technical data or the rights necessary to competitively award this requirement. The technical data is necessary for this acquisition because the software/hardware updates and improvements, as well as integration and instrumentation support required of this contract, is to existing Raytheon designed and developed sensor systems.This sources sought synopsis is being issued to provide
other potential offerors the opportunity to provide capability statements with respect to the requirement described below.The scope of this requirement will provide subsystems, replacement subsystems and parts, both consumable and repairable, and upgraded parts for the continued development and sustainment of the F/A-18 & EA-18G sensor systems family. The acquisition of these specific sensor systems parts are to maintain flight capability of the current sensor systems that are already being used in the field by the Fleet and to be consistent with the continued development of these sensor systems.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 N6893622R0021 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 no later than 13 April 2022 via email to the Contract Specialist, Lindsay Cook at lindsay.m.cook2.civ@us.navy.mil and the Contracting Officer, Henry Frohlich at henry.m.frohlich.civ@us.navy.mil via a Microsoft Word .doc or Acrobat Adobe .pdf file. The File shall not exceed 10 pages with a minimum font size of 12 point.The results of this Sources Sought will be utilized to identify if companies can meet the agency’s requirements. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business.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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SYNOPSIS IS STRICTLY VOLUNTARY.

WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015  CHINA LAKE , CA 93555-6018  USALocation

Place Of Performance : WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015 CHINA LAKE , CA 93555-6018 USA

Country : United StatesState : Connecticut

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 5841Radar Equipment, Airborne