Maryland Bids > Bid Detail

E-2D ESM Passive Detection System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159892619768236
Posted Date: May 16, 2023
Due Date: May 31, 2023
Solicitation No: N00019-22-TPM231-0062
Source: https://sam.gov/opp/ab8a8a11be...
Follow
E-2D ESM Passive Detection System
Active
Contract Opportunity
Notice ID
N00019-22-TPM231-0062
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 16, 2023 08:43 am EDT
  • Original Response Date: May 31, 2023 09:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

This announcement constitutes a Request for Information (RFI) to identify the potential procurement sources for the production of a form, fit, and function replacement for the ALQ-217B Analog Receiver Processor, currently produced by Lockheed Martin Rotary and Mission Systems (LM RMS), as part of the E-2D passive detection system, referred to as the Electronic Support Measures (ESM) system. The system shall aid the warfighter by digitally identifying and locating sources of radio frequency (RF) emission organically and provide a full range of measurement operations to include: rapid response time, accurate angle of arrival, accurate passive geo-location and adjustable operator interface. In addition, the Digital Receiver Processor shall comply with High Mean Time Between Failures requirements, open architecture with latest multi-core processor and self-calibration to optimize performance. Furthermore, the replacement Digital Receiver Processor shall interface with the existing E2D Mission Computer and Displays without the need to change the existing Gigabit Ethernet Cable (ECP 91145/E2/1231-18, AFC-630 TD) interface. The replacement Digital Receiver Processor shall maintain current Size, Weight, Power and Cooling (SWAP-C) requirements and shall be compatible with the existing legacy ESM components to include port, starboard, rear and nose, active front-end components, as well as current antenna assemblies.



The Government does not possess the technical data Level 3 drawing package required to manufacture the weapons system replaceable assembly (WRA) that is currently qualified to interface with the existing system. If you believe you are capable of meeting this capability, demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. You may also highlight unique data generation techniques used by your company, or areas where modifications can be performed, or the capability can be provided, without technical data provided by the Government or OEM. For the FY23 through FY27 production contract, interested businesses shall demonstrate the capability to meet the Government’s required timeline. You may also submit information that demonstrates how you could potentially meet this requirement for future production opportunities.



The E-2D program office plans to procure 86 total Kits (12; 20; 20; 20; 14 per year) for retrofit and 25 spare (5 per year) ESM Digital Receiver Processors. The Government will not provide Non-Recurring Engineering funding for this effort. Additionally, the vendor must be able to deploy the replacement Digital Receiver Processor in September 2025. The vendor will complete production and testing of the receiver processors, support program management, Integrated Logistics Support (ILS) source data and integration support during aircraft integration and support the forced retrofit of the Digital Receiver Processor into the E2D baseline. Interested vendors must meet pre-qualification requirements in order to be eligible for consideration. This is NOT a Request for Proposal (RFP). Firms that can meet the USN’s requirement in the timelines identified above are encouraged to identify themselves.



Vendors interested in responding to the RFI shall provide a one to two page overview statement addressing the following: 1) Brief statement of interest/capabilities; 2) Any other information at vendor discretion such as catalogs, drawings/illustrations, technical manuals, training description/material, pricing, testing documentation, brochures and/or any other documentation that describes the capabilities, interfaces and specifications; 3) Respondents should identify any Government customer who has procured receiver processors that meet the requirements and provide customer point of contact, including a telephone number, e-mail address or web site. Responses may be submitted electronically to the email address provided below. Responses are requested by 26 May 2023. Earliest possible response is encouraged. Responses will be reviewed and additional information may be requested from individual vendors if desired by the Government.



This RFI does not constitute a commitment from the Government to issue a solicitation, make an award or awards, or be responsible for any monies expended by any interested party in support of the effort described above. The Government reserves the right to review and use the data submitted at its own discretion. Upon request, the Government will protect proprietary information from unwanted disclosure. Any such requests shall be submitted with the statement of capabilities. Email responses to Quinn Wenger at Quinn.a.wenger.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 16, 2023 08:43 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >