Skip to main content

An official website of the United States government

You have 2 new alerts

Sources Sought for AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM) Laser 2

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)
  • Original Published Date: Dec 06, 2024 08:59 am EST
  • Original Response Date: Dec 20, 2024 11:59 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 04, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Melbourne , FL
    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.

INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award a modification to update the Non-Recurring Engineering (NRE) scope to include Laser 2 under the Engineering and Manufacturing Development (EMD) contract N0001920C0041 to support the AN/AAQ-45 Distributed Aperture Infrared Countermeasure (DAIRCM). This modification will include updating the Laser 2 NRE scope, Production Representative Models (PRMs), and prototype to perform system qualification and test.

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services 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 notice.

ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5865: Electronic Countermeasures, Counter countermeasures and Quick Reaction Capability Equipment, that includes and is restricted to passive and active electronic equipment, systems, and subsystems designed to prevent or reduce an enemy's effective use of radiated electromagnetic energy or designed to insure our own effective use of radiated electromagnetic energy. All interested businesses are encouraged to respond.

ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to begin March 2025.

ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be a mix of Fixed Price and Cost Reimbursable.

PROGRAM BACKGROUND: The current NAVAIR small to medium rotary wing advanced Infrared Countermeasure (IRCM) solution, AN/AAQ-45, is designed to detect and defeat a wide range of infrared seeking missiles and to provide aircrew notification of hostile fire (e.g. small arms and unguided munitions) and laser guided threats.

REQUIRED CAPABILITIES: Hardware requirements include familiarity and understanding of advanced IRCM technology for aircraft/aircrew survivability and aircrew situational awareness. A capable IRCM solution shall meet form/fit/function requirements of the incumbent system and meet exportability and sustainability requirements, with no impact to immediate operational requirements. Handling and use of classified information is required.

A capable IRCM solution shall successfully interface with the full Aircraft Survivability Equipment (ASE) suite, mission computer, and displays on the following airborne platforms:

* UH-1Y              * AH-1Z

* MH-60S           * HH-60G

* HH-60W          * AH-6/MH-6        

A capable IRCM solution shall also provide incumbent system functionality to the ASE suite including ALE-47 and Active Electronic Countermeasures. A capable IRCM solution shall be backwards compatible with the incumbent system and aircraft A-kits.

Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall demonstrate the capability to meet the Government’s required timeline. You may also submit information that demonstrates how you could potentially meet these requirements for future production opportunities[SW1] .

INCUMBENT: This is a follow-on requirement. The incumbent contractor is: DRS Systems, Inc., 100 N Babcock Street, Melbourne, FL 32935-6715.

SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced), in bullet point format, demonstrating their ability to perform the services described herein no later than 20 December 2024.  The capability statement packages shall be sent by email to sarah.m.willis10.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on the dates listed above. Questions or comments regarding this notice may be addressed to Sarah Willis at the above email address. 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.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History