ALR-67(V)3 Radar Warning and Receiver (RWR) Weapons Replaceable Assemblies (WRA) Test Asset Repairs

Agency: DEPT OF DEFENSE
State: California
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159776946159599
Posted Date: Mar 20, 2024
Due Date: Apr 4, 2024
Solicitation No: N00019-24-RFPREQ-TPM265-0231
Source: Members Only
Follow
ALR-67(V)3 Radar Warning and Receiver (RWR) Weapons Replaceable Assemblies (WRA) Test Asset Repairs
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-TPM265-0231
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 20, 2024 11:53 am EDT
  • Original Response Date: Apr 04, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5841 - RADAR EQUIPMENT, AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Goleta , CA 93117
    USA
Description

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. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED AS A RESULT OF THIS SOURCES SOUGHT NOTICE.THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED AS A RESULT OF THIS SOURCES SOUGHT NOTICE.



INTRODUCTION



The Naval Air Systems Command (NAVAIR) intends to award a cost-type contract action with Raytheon Company (CAGE 06129) of 6380 Hollister Ave. Goleta CA, 93117-3114. The contract procures the repairs of the F/A-18C/D/E/F aircraft ALR-67(V)3 Radar Warning Receiver (RWR) Weapons Replaceable Assemblies (WRA) in support of Engineering Change Proposals (ECPs) 0622, 156 and 161 during fiscal years (FY) 2024-2025. The WRAs are used to conduct software/hardware performance and capability testing of the ALR-67(V)3 system, in whole or in part, to carry out all testing evolutions.



The WRAs under the NAICS 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). The Raytheon Company is the sole designer, developer, manufacturer, and supplier of the F/A-18C/D/E/F aircraft ALR-67(V)3 RWR, and is the systems original government-furnished equipment manufacturer. The Government believes Raytheon is the only firm that possesses the technical data, tooling, facilities, subject matter expertise, engineering/manufacturing and on-site personnel necessary to accomplish this effort.



This acquisition is being pursued on a sole source basis, under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.



REQUIRED CAPABILITIES



Supplies and/or services to be procured under this order may include the following: Program Management, Engineering Design and Development, Research and Trade Studies and Data Management.



SUBMISSION DETAILS



Interested business 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. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein. The capability statement package shall be sent by email to jennifer.l.lauver.civ@us.navy.mil. Submissions must be received at the email cited no later than 5:00 p.m. Eastern Standard Time on 04 April 2024. Questions or comments regarding this notice may be addressed to Jennifer Lauver via email at jennifer.l.lauver.civ@us.navy.mil


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 20, 2024 11:53 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >