AN/ALQ-165 and AN/ALQ-214 Software Engineering Services
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 (Updated)
- Updated Published Date: Jan 27, 2025 04:06 pm PST
- Original Published Date: Feb 21, 2019 04:48 pm PST
- Updated Response Date: Feb 11, 2025 10:00 am PST
- Original Response Date: Mar 12, 2019 11:00 am PDT
- Inactive Policy: Manual
- Updated Inactive Date: Feb 28, 2026
- Original Inactive Date: Mar 12, 2020
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: K016 - MODIFICATION OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
- NAICS Code:
- 541330 - Engineering Services
- Place of Performance:
Description
Naval Air Warfare Center, Weapons Division (NAWCWD) Point Mugu, CA has been designated the System Support Activity (SSA) for Navy Multi-Spectral Electronic Warfare System Support Activity Integrated Product Team (MDEWSSA IPT) and is seeking qualified vendors to provide engineering services and software support equipment products specific to the Advanced Self Protection Jammer (ASPJ) AN/ALQ-165, Integrated Defensive Electronic Countermeasures (IDECM) AN/ALQ-214, and Aircraft Self Protection Optimization (ASPO). See Required Capabilities for more information below.
This is a Sources Sought to determine the availability and technical capabilities of all prospective businesses. All responsible sources are encouraged to respond.
DISCLAIMER
This Sources Sought is for informational purposes only. This is not a Request For Proposals. 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.
BACKGROUND
This requirement is currently being performed under a Sole Source Cost Plus Fixed Fee contract, N6893621D0006 with L3 Harris Technologies, Inc. Requests for additional information may be submitted via the Freedom of Information Act (FOIA) at http://foia.navair.navy.mil
REQUIRED CAPABILITIES
The AN/ALQ-165 and AN/ALQ-214 are both Radio Frequency (RF) Jammer systems, and the ASPO is a software upgrade to the AN/ALQ-214. The contractor shall be capable of providing support for these specific systems and software as follows: providing software development (software, firmware, tolls, and algorithms); anomaly investigations and tracking; laboratory and flight test support; 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) (Australia, Finland, South Korea, Switzerland, Canada, Kuwait, Belgium, and Germany). Further details for the required contractor capability are identified in Attachment 1 – Statement of Work. This is a non-performance based requirement.
Period of Performance: Ordering Period of Five Years
Estimated Total Level of Effort: 195,208 Hours
Estimated Required Labor Categories: Software Engineers, Systems Engineers, Systems Administrators, Program Managers, QA Software Engineers, Manufacturing Engineers, Manufacturing Quality Assurance
Place of Performance: The majority of the work will be conducted at the contractor’s facility.
ELIGIBILITY
The North American Industrial Classification System (NAICS) code for this requirement is 541330 with a small business size standard of $41.5 Million. The Product Service Code (PSC) is K016.
SUBMISSION DETAILS
Interested businesses should submit a brief capabilities statement package (no more than 15 8.5” x 11” pages in length, 12 point font minimum), demonstrating their ability to deliver the requirements described herein. This documentation should address, at a minimum, the following:
- Title of the requirement for which you are submitting a capabilities statement package.
- Company name, address, point of contact, phone number, fax number, and email address.
- Company profile to include office location(s), cage code, and DUNS number
- Company size in number of employees and if your company size is large or small according to the above listed NAICS and size standard.
- If your company is a small business, specifiy if it is any of the following: Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business, 8(a) concern, Woman-Owned Small Business (WOSB), and Economically Disadvantage Woman-Owned Small Business (EDWOSB)
- Under a Small-Business Set-Aside, in accordance with FAR 52.219-14, Limitations on Subcontracting, At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. In other words, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business, provide an explanation of your company’s ability to perform at least 50% of the required tasking.
- Prior/current corporate experience performing efforts of similar size and scope within the last five years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the contract referenced relates to the requirement as described herein. Specific reference should be made to experience in the systems and processes described in Statement of Work.
- Describe your resources available in terms of corporate management and currently employed personnel to be assigned to tasks under this effort, to include professional qualifications and specific experience of such personnel.
- Describe your organization’s management approach to staffing this effort with qualified personnel.
- Describe your organization’s ability or potential approach to meeting the technical and delivery requirements as specified herein.
- Describe your organization’s capacity or potential approach to achieving capacity for managing the magnitude of the requirements as specified herein.
- Security requirements. If the contractor has a current contract with the Government, the capability statement should address if the contractor has a current DD254 and current Secret security clearance.
The capability statement package should be submitted by email to the Contract Specialist (CS), Jennifer Felton at jennifer.a.felton.civ@us.navy.mil by no later than 10:00 AM PST on 3 February 2025. Questions or comments regarding this notice may be addressed by email to the CS. Information and materials submitted in response to this synopsis WILL NOT be returned. Classified material SHOULD NOT be submitted.
Attachments/Links
Contact Information
Contracting Office Address
- WEAPONS CT 25400E D 429 E BOWEN RD STOP 4015
- CHINA LAKE , CA 93555-6018
- USA
Primary Point of Contact
- jennifer felton
- jennifer.a.felton.civ@us.navy.mil
- Phone Number 7607934343
Secondary Point of Contact
- Daryl Magdangal
- daryl.t.magdangal.civ@us.navy.mil
- Phone Number 7606082715
History
- Jan 27, 2025 04:06 pm PSTSources Sought (Updated)
- Jan 27, 2025 04:00 pm PSTSources Sought (Updated)
- Mar 12, 2020 08:55 pm PDTSources Sought (Original)