Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

Low Band Transmitter-Antenna Group (LBT-AG) Full Rate Production III (FRP-III)

Solicitation Number: N00019-09-R-0236
Agency: Department of the Navy
Office: Naval Air Systems Command
Location: NAVAIR HQ
  • Print
:
N00019-09-R-0236
:
Sources Sought
:
Added: Mar 05, 2009 3:52 pm Modified: Mar 17, 2009 3:07 pmTrack Changes
INTRODUCTION

The Naval Air Systems Command (NAVAIR) has a requirement to fabricate, test, evaluate, and deliver AN/ALQ-99 Low Band Transmitter-Antenna Group (LBT-AG) Assemblies in support of the Airborne Electronic Attack (AEA) Systems and EA-6B Program Office (PMA 234). This Sources Sought is to determine the interest in providing the AN/ALQ-99 LBT-AG assemblies described herein. The results of this Sources Sought will be utilized to evaluate the interest of potential offerors, including large and small businesses, and to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. All work can be performed at a location of the contractor’s choosing.



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. THERE ARE NO FUNDS AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.



CONTRACT/ PROGRAM BACKGROUND

The AN/ALQ-99 Low Band Transmitter-Antenna Group (LBT-AG) consists of the LBT transmitter and associated antenna assemblies. The LBT-AG, when integrated into the EA-6B or EA-18G Tactical Jamming System (TJS), provides the capability to effectively jam hostile, low frequency radar and communications signals in a tactical environment. In addition to the enhanced war fighting capability of extended frequency coverage, the LBT is a Reliability and Maintainability (R&M) upgrade to current AN/ALQ-99 low band weapon replaceable assemblies experiencing R&M problems. The purpose of this procurement is to complete the inventory objective of the AN/ALQ-99 LBT-AG transmitter and associated antenna assemblies. It is anticipated that a single award will be made to the offeror representing the best value to the Government. A fixed price contract is expected to be awarded to the successful contractor. The resulting contract is expected to consist of a base contract requirement and four (4) options. The base contract requirement is expected to consist of approximately 22 Low Band Transmitters, 11 VPOL Antennas, 15 High Band HPOL Antennas, 10 Band-2 Adapter Interface Assemblies, and associated spares and data. The total requirement for the four (4) options is expected to consist of approximately 98 transmitters, 55 VPOL Antennas, 68 High Band HPOL Antennas, and 48 Band-2 Adapter Interface Assemblies, and associated spares and data. Deliveries are required to commence within 18 months after contract award, and continue at a rate of approximately 2 units per month. Sensor and Antenna Systems, Lansdale, Inc. (a wholly owned subsidiary of Cobham Defense Electronic Systems) is the designer and developer of the LBT-AG, and currently is the sole manufacturer.



REQUIRED CAPABILITIES

The Contractor shall fabricate, test, evaluate, document and deliver the AN/ALQ-99 Low Band Transmitter-Antenna Group (LBT-AG) requirements in accordance with the LBT Full Rate Production III (FRP-III) Statement of Work (SOW) to be provided upon release of the Request for Proposal (RFP) and the Government-owned "build-to" Technical Data Package to be made available by NAVAIR at a future date upon release of the RFP. The Contractor shall have experience manufacturing and testing complex electronic systems while adhering to a stringent requirements-driven schedule. The Contractor shall be responsible for performing all electrical and mechanical testing, environment stress screening, high power transmitter testing, and antenna testing, in accordance with the standards contained in the Acceptance Test Procedures (ATP) included in the Technical Data Package. Additionally, the Contractor shall establish and maintain a management organization with a program manager and appropriate staff to cover administration, engineering, integrated logistic support, configuration management, and testing. The contractor shall plan and monitor the work for compliance with contract schedule requirements and specifications.



SPECIAL REQUIREMENTS

The Contractor shall establish and maintain a configuration management program in accordance with MIL-HDBK-61A (Military Handbook). The Contractor shall have ISO-9001:2000 certification or an equivalent quality management standard practice.



NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS)

The applicable NAICS Code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The NAICS Code is matched to size standards that are expressed as revenue (in millions of dollars) for companies providing services or expressed in number of employees for companies engaged in manufacturing. The size standard is 750 employees.



SUBMISSION DETAILS

Interested sources are requested to submit a technical capability paper (3 copies), no more than ten (10) pages in length, to the point of contact below:

Sandy Strong, Contract Specialist

E-mail: cecily.strong@navy.mil

Naval Air Systems Command Headquarters

47123 Buse Road, Bldg 2272, Suite 453

Patuxent River, MD 20670-1547

Pages shall be no larger than 8.5 inch by 11 inch, and the print font no smaller than 10 point. The paper should explain the qualifications and experience of the firm interested in performing the work, list points of contact with title, phone and email, and state the status of the firm as a Small Business, special category of Small Business, or not a Small Business. The paper may be mailed via United States Postal Service and postmarked no later than 30 March 2009, or sent via e-mail to the above point of contact using Microsoft Office Word 2003 file or earlier.

:
Building 2272
47123 Buse Road Unit IPT
Patuxent River, Maryland 20670
United States
:
Sandy C Strong,
Contract Specialist
Phone: 301-757-7512