Skip to main content

An official website of the United States government

You have 2 new alerts

EA-18G ALQ-227 Engineering/Avionics

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Presolicitation (Updated)
  • Updated Published Date: May 04, 2022 11:16 am EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: Manual
  • Updated Inactive Date: Mar 30, 2018
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Wayne, IN
    USA

Description

Intend to award sole source based on FAR 6.302-1, Only One Responsible Source.

The Naval Air Warfare Center Weapons Division, Point Mugu, California, intends to negotiate and award a contract using other than full and open competition procedures. Negotiations will be conducted with Raytheon Company (Raytheon), 1010 Production Rd., Fort Wayne, IN 46808, in order to procure systems and software engineering services for the Airborne Electronic Attack (AEA) Integrated Product Team (IPT) located at the NAWCWD, Point Mugu, CA.

The major requirement for this effort will be systems engineering and software development services for the ALQ-227 Communications Countermeasures Set (CCS) currently in use on the Navy EA-18G aircraft by performing engineering, integration, and testing of AEA products. The proposed contract will provide for H14/H16/H18/H20 software modifications, Next Generation Jammer Integration (NGJ)/CCS integration support, and software modifications for the United States/Australia Low Band Geo-location Co-development program.

The period of performance for the proposed acquisition will commence upon award and will continue for a period of five years. In accordance with FAR 6.302-1, Raytheon possesses unique capabilities that are not available from any other source. Raytheon is the sole designer, developer, and manufacturer of the ALQ-227 CCS for EA-18G aircraft. Raytheon Company is the only source who owns the rights to the CORBA framework that is currently used on the ALQ-227. This technical data is necessary to provide proper systems and engineering support of the ALQ-227. Additionally, Raytheon Company is the sole source who developed the CORBA framework and the only company who is familiar with its limitations and capabilities. No other source has the capability to provide the required systems engineering, software development, integration, and testing efforts as described in the Performance Work Statement associated with this proposed procurement. Vendors interested in Raytheon subcontracting opportunities should contact Mike Downs of Raytheon at 260-429-4040.

The government anticipates contract award in the third quarter of FY2018.

All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/.

Written responses shall be submitted by e-mail to haiyan.li@navy.mil by 3/30/2017.

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 which shall be considered by the agency. The written response shall reference solicitation number N68936-16-R-0036 and 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.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History