Skip to main content

An official website of the United States government

You have 2 new alerts

ALQ-249 Next Generation Jammer (NGJ) and Advance Electronic Warfare

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: Sources Sought (Original)
  • Original Published Date: May 08, 2024 09:08 am PDT
  • Original Response Date: May 24, 2024 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 11, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC13 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT
  • NAICS Code:
  • Place of Performance:

Description

DISCLAIMER:

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTE. 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 ANNOUCEMENT IS STRICTLY VOLUNTARY.

OBJECTIVE:

The objective of this sources sought notice is to conduct market research to determine if responsible sources exist for a competitive effort, and to gain knowledge of potential qualified sources. The Naval Air Warfare Center Weapons Division (NAWCWD) intends to modify the current contract, held by Raytheon Company, to extend the Period of Performance (PoP) by 5 years. Responses to this sources sought synopsis will be utilized by the Government to determine the best acquisition strategy.

PROGRAM BACKGROUND/ SCOPE OF EFFORT:

The major requirement  for this effort is for engineering and test support services for the ALQ-249 NGJ currently in development for the  EA-18G aircraft. The contract scope will include domestic, foreign military sales (FMS), and domestic/ foreign cooperative development efforts. The proposed contract will provide H16/H18/H20/H22 software support for NGJ pod and integration including requirements analysis, design, development, integration, testing, training, and tools related to and in support of ALQ-249 and advanced Electronic Warfare initiatives.

PROCUREMENT TYPE:

The current contract is a Sole Source Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee (CPFF) and COST type Contract Line Item Numbers (CLINs). The intended source for the extension of the current contract vehicle by modification is the incumbent, Raytheon Company. The current contract was awarded to Raytheon on 06 January 2021, citing Federal Acquisition Regulation (FAR) 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. As the sole designer, developer, and manufacturer of the ALQ-249 Next Generation Jammer (NGJ) and Advance Electronic Warfare Raytheon is the source that has the unique capability and expertise that can satisfy the needs of the Government.

RESPONSES:

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 business days after the date of publication of this notice, which shall be considered by the agency. The written response shall reference contract number N6893621D0009 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. Responses should also include the following information:

  • Vendor’s name and address;

  • Vendor’s point of contact (POC) name, phone, and e-mail;

  • Declaration as to whether a U.S. or foreign contractor;

  • Contractor Size (Small or Large according to the identified NAICS and size standard);

  • Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and work to be accomplished by the teaming partners;

  • A list of previous requirements provided, similar to the requirement described in this posting;

  • Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government’s review of the information submitted

The Source Sought solicitation will be posted in Contract Opportunities on the System for Award Management (SAM) website at https://sam.gov/ on or about 09 May 2024 Interested firms must be registered in the SAM database at https://sam.gov/ to start doing business with the federal government. Written responses to this notice shall be submitted by e-mail to the point(s) of contact listed below no later than 15 business days from this notice date.

Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information (CUI) or Export Controlled Information. Access to CUI is limited, to a single POC per Commercial and Government Entity Code (CAGE) code, who is listed as the Data Custodian on the DD 2345 and approved by Defense Logistics Agency (DLA). The DD 2345 must be approved prior to requesting access to CUI in SAM.gov. Contractors are responsible for coordinating with their CAGE code’s Data Custodian POC to request access to CUI. For additional information, visit the DLA website for the Joint Certification Program:  https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/.

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