The RFP Database
New business relationships start here

AN/ALQ-165 and AN/ALQ-214 Radio Frequency Jammer systems


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Naval Air Warfare Center Weapons Division, Point Mugu, California, intends to award a Cost Plus Fixed Fee (CPFF), Level of Effort (LOE), Indefinite Delivery Indefinite Quantity (IDIQ) contract on an other than full and open competition basis to Harris Corporation, 77 River Rd., Clifton, NJ 07014-2000. The NAWCWD MDEWSSA IPT has a follow-on requirement for engineering services and software support equipment products for the ASPJ AN/ALQ-165 and the IDECM AN/ALQ-214. The contract requirements include: enhancing the Operational Flight Program (OFP) the Mission Data File (MDF), the Mission Data File Generator (MDFG), the User Data File (UDF), and the User Data File Generator (UDFG) firmware; developing tools when applicable to support the AN/ALQ-165 and the AN/ALQ-214 systems currently in the Navy's fleet on the FA-18A through F aircraft and on Foreign FA-18A through D and FA-18E/F aircraft; and providing products and services for Foreign Military Sales (FMS).

In accordance with FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, Harris, possesses unique capabilities that are not available from any other source. Harris is the original equipment manufacturer of the IDECM AN/ALQ-214 OFP software and hardware with full data rights to support the system. Harris is the sole repository of the engineering design and software development expertise of OFP software and firmware compilers, along with the tools and environment to produce solutions to known and unknown problems with the current and future OFPs. No other source has the capability to provide the required engineering services and software support equipment products associated with this proposed procurement.


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 to be received at the Contracting Office no later than 15 days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference solicitation number N68936-19-R-0023 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. Written responses shall be submitted by e-mail to Ms. Jennifer Felton at jennifer.felton@navy.mil.


The solicitation or Request for Proposal (RFP) will be posted on the FEDBIZOPPS website at http://www.fbo.gov/ on or about 27 September 2019.


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/.


Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/.


jennifer felton, contract specialist, Phone 8059898056, Email jennifer.felton@navy.mil - Helen N. Xiong, Contract Specialist, Phone 7609395124, Fax 7609393095, Email helen.xiong@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP