Skip to main content

An official website of the United States government

You have 2 new alerts

AN/ALQ-231(V) Production Hardware and Incidental 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 (Original)
  • Original Published Date: Apr 15, 2024 03:25 pm PDT
  • Original Response Date: Apr 29, 2024 01:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 29, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:

Description

The Naval Air Warfare Center Weapons Division, Point Mugu, California, intends to award a hybrid, Firm Fixed Price (FFP)/Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) contract on an other than full and open competition basis to Jopana Technologies Inc., 401 N Lombard Unit 1, Oxnard, CA 93030-8040 in accordance with FAR 6.302-1, Only One Responsible Source and no other supplies or services will satisfy agency requirements.

This contract will be for the Intrepid Tiger II AN/ALQ-231(V) electronic hardware components and incidental engineering services for the Electronic Attack (AE) and Electronic Warfare (EW) communications jamming airborne and ground based systems and laboratories in Point Mugu, CA.

The Government contemplates a contract with an ordering period of five years, and anticipates award approximately in the first quarter of FY25.

Jopana Technologies Inc. designed, developed, and delivered the unique components and is the only source that possesses the capabilities and expertise to provide the continued development of the highly specialized equipment without substantial duplication of costs to the Government. The mission of the IT II Family of Systems (FoS) is to deliver new capability to the Fleet every 24 months. Delivery of the new capability requires the development, integration, and test of enhanced configurations of the Jopana produced hardware because each variant is leveraged off the existing deployed system which was under configuration control. No other companies have access to Jopana proprietary data, which is required for the support of this requirements.

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 N6893624R0012 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.

Interested firms must be registered in the System for Award Management (SAM) database at https://sam.gov/ to start doing business with the federal government.  

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

Secondary Point of Contact

History