DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL FIRMS CAPABLE OF PROVIDING THE SUPPLIES 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 SYNOPSIS. THIS 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
INTRODUCTION
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a contract for the Next Generation Jammer Mid-Band (NGJ-MB) system to The Raytheon Company, Space and Airborne Systems (SAS), 2000 East El Segundo Blvd., El Segundo, California.
ELIGIBILITY
The Product Service Code (PSC) for this requirement is 5841. The North American Industry Classification System (NAICS) is 334511, with a size standard of 1,250 employees. All interested businesses are encouraged to respond.
PROGRAM BACKGROUND
The NGJ-MB program is an electronic attack system that will provide significantly improved Airborne Electronic Attack (AEA) capabilities against advanced threats in the mid-band frequency range through enhanced agility and precision within jamming assignments, increased interoperability and expanded broadband capacity for greater threat coverage against a wide variety of radio frequency emitters. The Effective Isotropic Radiated Power (EIRP) of the NGJ-MB system will be sufficient to provide robust jamming at standoff distances from Integrated Air Defense Systems (IADS) radar, communication, and data links. The NGJ-MB system will augment and then replace the legacy AN/ALQ-99 Tactical Jamming System (fielded in 1971) on the EA-18G, providing significantly improved radar and communication jamming performance as well as improved reliability and maintainability.
The NGJ-MB system will engage sophisticated IADS and information operations (i.e., other electronic threat systems) in multiple areas of responsibility and across all phases of military operations. Threat operators and systems adapt and exploit available frequency ranges, employing techniques and tactics designed to confuse or otherwise defeat friendly AEA capabilities. In order to defeat these continuously evolving enemy radio frequency threats, the NGJ-MB design must provide for sufficient EIRP to achieve threat system engagement stand-off distances, support increased capacity (number of jamming assignments) as a result of increased threat density, and support agile employment by operators as well as provide a flexible system architecture that can be upgraded quickly to meet new mission demands.
ANTICIPATED PERIOD OF PERFORMANCE
The anticipated period of performance will be from Fiscal Year (FY) 2024 through 2028.
ANTICIPATED CONTRACT TYPE
The contract type is anticipated to be Cost Plus Incentive Fee (CPIF).
REQUIRED CAPABILITIES
The procurement is for the development of a modification to the existing NGJ-MB system to provide additional frequency coverage to meet additional threats within the NGJ-MB operational environment.
INCUMBENT
The incumbent contractor is: The Raytheon Company, Space and Airborne Systems (SAS), 2000 East El Segundo Blvd., El Segundo, CA 90245-3507.
SUBMITTAL INFORMATION
Interested Parties 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 perform the supplies or services described herein; Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Cage Code, DUNS number and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following:
(1) Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s). 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.
(2) Describe the specific technical capabilities and experience which your company possesses which will ensure ability to perform the requirements as described herein.
The capability statement package shall be sent by email to [email protected]. Submissions must be received no later than 4:00 p.m. Eastern Standard Time on 23 February 2023. Questions or comments regarding this notice may be addressed to Shannon Bromiley at [email protected].