NAVAIR

Naval Air Systems Command Solicitation:

RFP Number N00019-12-R-0035

Description: Next Generation Jammer Technology Development

Point(s) of Contact
Title
Phone
Contract Specialist
301-757-7086
Contracting Officer
301-757-5273
Synopsis

The Naval Air Systems Command (NAVAIR) is hereby conducting a full and open competition under the authority of 10 USC 2304 (a) and in accordance with FAR Part 15 for the Next Generation Jammer (NGJ) Technology Development (TD) contract. NAVAIR will not be using the provisions of FAR Part 12 for this acquisition. There are current Technology Maturation (TM) efforts being performed under contracts N00019-10-C-0070 (BAE Systems), N00019-10-C-0071 (ITT Corporation), N00019-10-C-0072 (Northrop Grumman Corporation) and N00019-10-C-0073 (Raytheon Company) which were awarded as a result of Broad Agency Announcement (BAA) N00019-09-R-0238. The objective of the TD phase is to develop a cost effective jammer system to enhance aircraft survivability. NGJ is an electronic attack system that will provide significantly improved Airborne Electronic Attack capabilities against advanced threats through enhanced agility and precision within jamming assignments, increased interoperability and expanded broadband capability for greater threat coverage against a wide variety of radio frequency emitters. Initially, the NGJ system will be integrated on the EA-18G tactical aircraft to replace aging ALQ-99 Tactical Jamming System pods.

The successful offeror in the TD phase will be required to mature and demonstrate critical technologies, complete the system architecture, and complete the requirements derivation and decomposition to subsystems. The TD phase will include: (1) Technology Readiness Assessments (TRAs) that substantiate Technology Readiness Level (TRL) 6 for Increment 1 (mid-band) Critical Technology Elements (CTEs); (2) System Designs to a Preliminary Design Review (PDR) to establish the functional and allocated baselines for Increment 1; and (3) Refining technical trade space including those to improve affordability, system efficiency, and host platform compatibility.

The Government is hereby releasing solicitation N00019-12-0035 for the NGJ TD phase. Publicly releasable unclassified documentation to include RFP sections A-M and Section J and Section L Attachments have been posted herein on the NAVAIR Open Solicitation Homepage website. All subsequent RFP amendments will also reside on the NAVAIR Open Solicitation Homepage and will not be posted to any other website to include FedBizOpps.

Unclassified documentation with distribution statement restrictions will be made available through a secure website that will serve as an unclassified virtual bidders’ technical library. A list of all classified documentation will be hosted on the technical library along with procedures for access to these documents. Access to this library is being restricted to potential Prime Contractors.

Please note that potential Prime contractors will need a Public Key Infrastructure (PKI) certificate and NAVAIR Applications (APPS) domain account to access the unclassified virtual bidders’ external library. If a potential contractor does not already possess a PKI, please consult the following site for details on how to obtain a compliant Medium Assurance PKI certificate: http://iase.disa.mil/pki/eca/index.html. Be advised that this process can take several weeks to complete.

Potential Contractors must meet the requirements of the DD 254, Contract Security Classification Specification. To request access to the secure web site and to request transmittal of the classified documentation, potential Prime Contractors must contact the contract specialist, Kara Briscoe at kara.briscoe@navy.mil, with the following information: Company name, classified mailing address, phone number, email address (if available), current CAGE number, DoD Central Contractor Registration (CCR) number and acknowledgement of the contractor's responsibility under the U.S. export control laws and regulations. Potential contractors shall acknowledge that no dissemination of any export-controlled technical data subject to this requirement will occur in a manner that would violate applicable export control laws and regulations (DD Form 2345). Upon review of your written request, verification of your status and acknowledgement of the contractor's responsibility under the U.S. Export laws and regulations, the classified documentation, APPS account application and web site access instructions (https://www site address, user name, and password) will be provided.

Prime Contractors shall be required to have completed the design effort for a NGJ system prototype prior to entry into TD. The Government will evaluate only those offerors' proposals that include a copy of a NAVAIR Design Readiness Review 2 (DRR2) letter stating that the exit criteria for a DRR2 has been met, establishing a product baseline for the offeror's NGJ system prototype. DRR2 is a tailored version of a Critical Design Review (CDR). The DRR2 will ensure a reasonable expectation of characterizing operational effectiveness and suitability of the design, and a plan to demonstrate technical maturity of at least a TRL 6 by the end of TD. Entry Criteria for the DRR2 shall be in accordance with the DRR2 checklist (tailored NAVAIR SETR CDR checklist). The DRR2, as a minimum, shall include: Mutually agreed to topics from the DRR2 entry criteria, presentation of the Product Baseline, and CTE Technology Readiness Assessment. Firms that have not conducted a DRR2 but are interested in competing as a TD Prime Contractor must contact Kara Briscoe at kara.briscoe@navy.mil, or by phone at (301) 757-7086, no later than 31 July 2012 to obtain the DRR2 checklist and schedule a design review.

ALL communications regarding this solicitation must come through the Procurement Contracting Officer, Kyle Richmond, at 301-757-5723 or kyle.richmond@navy.mil and/or the Contract Specialist, Kara Briscoe, at 301-757-7086 or kara.briscoe@navy.mil.

Attachments

N00019_12_R_0035

Section_J_Attachment_3_DD_254_r_u_v1.0

Section_J_Attachment_6_CSDR_Plan_r_u_v1.0

Section_J_Attachment_11_Scheduled_GFP_r_u_v1.0

Section_J_Attachment_12_Requisitioned_GFP_r_u_v1.0

Section_J_Exhibit_A_NGJ_PM_RFP_TD_CDRL_List_for_TD

Section_L__Cost_Attachments_1_thru_11__r_u_v1.0

Section_L_Attachment__1__TWBS_Template_r_u_v1.0

Section_L_Attachment__3__Past_Performance_Question

Section_L_Attachment__6__OSMP_Template_r_u_v1.0

Amendment 0001

Section_L_Attachment_(4)__Relevant_Past_Performance_Contract_Data

Section_L_Attachment_(5)_Contractor_Corporate_Experience_r_u_v2.0.xlsx

CDRLs

Amendment 0002

Section_J_Attachment_11_Scheduled_GFP_r_u_v2.0

Section_J_Attachment_12_Requisitioned_GFP_r_u_v2.0

Last Updated: 08/16/2012