Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2016 FBO #5235
SOURCES SOUGHT

69 -- Wireless Communication Ear Plugs

Notice Date
3/22/2016
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-16-RFI-1005
 
Archive Date
5/7/2016
 
Point of Contact
Lauren S. Morgan, , Sabana N Moore,
 
E-Mail Address
Lauren.S.Morgan@Navy.Mil, sabana.moore@navy.mil
(Lauren.S.Morgan@Navy.Mil, sabana.moore@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Wireless Communication Ear plugs •1.0 Summary This announcement constitutes a Request for Information (RFI) notice for planning purposes. This is NOT a Request for Proposal (RFP). NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. To promote early exchanges of information with Industry in accordance with FAR 15.2, Naval Air Systems Command, Aircrew Systems Program Office, Patuxent River, Maryland is conducting market research by issuing this Request for Information (RFI). NAVAIR is requesting information on Wireless Communication Earplug Technology for use in Naval Aviation. Specific capabilities required: •- Battery operated (preferably use of "AA" size battery) •- Integrates with existing Navy Helmets, Laser eye protection and dust spectacles •- Fits within existing earcups used in Navy helmets •- Compatible with Navy and Marine Corps Chem Bio ensembles •- Ease of operation •- Allow for back up communication using wired communication without adapters •- Compatible with the Aircraft and shipboard environments NOTE: No reimbursement will be made for any costs incurred to provide information in response to this announcement, or any follow up information requests. •2.0 System Overview/Background This program will deliver a product that provides clear communications, and hearing protection in 120 dB(A)+ noise environments while reducing the snag hazards identified with the integration of CEP with Navy helmets. Further, incorporation of the wireless earplug sub-system will ease the donning effort of the headset system and allow full compatibility with Mission Oriented Protective Posture (MOPP) Levels 3 & 4 protective gear. Wireless communication earplugs will provide improved hearing protection for the United States Navy (USN), the United States Marine Corps (USMC) and potentially other joint customers. •3.0 Content of RFI Response To consider the appropriateness of each candidate solution, certain data documenting the status, technology maturity, design, performance characteristics and associated costs are requested. Respondents shall describe the proposed solution and its current state of technical maturity and address the questions below. Although some specific questions may not be applicable to a system or technical approach, address each item as listed to the extent practical or germane. The respondent is not obligated to address non-applicable items and is requested to indicate which items they consider to be not applicable. A full description of existing products, with supporting documentation (including test reports or operational assessment reports that document system performance in an aviation or shipboard environment) as well as a description of past experience with similar programs or systems would be beneficial. Respondents are requested to send notification email, no later than 2:00 pm EST 29 March 2016, to the Government Point of Contact (POC) listed in paragraph 6.0 (Response Submittal Instructions) of this RFI. In your notice, please provide, the business size/status of the organization (i.e., large business, small business, HUB zone, women-owned, etc.), company name, and CAGE code. For questions that imply yes/no responses, you are asked to provide amplifying information. This RFI is intended to cover the period of time from contract award to Full Rate Production Deliveries (FRP). It is recommended that vendors keep their total response package to no more than 20 pages. •4.0 General •4.1 Describe your overall approach to this effort. Specifically, do you have an existing product, do you intend to modify existing systems and equipment, will you develop a new material solution, or will you propose a combination of new and modified products? •4.2 Describe the technical approach and design features of the existing or proposed system or product. •4.3 Provide configuration drawing(s) illustrating and quantifying the proposed system's overall weight and dimensions as well as the weight and dimensions for subcomponents. •4.4 Is the proposed system presently in service? If so, identify the customers. What is the current production rate? What are the maximum production capacities per month? •4.5 Describe the Power source to be used. •5.0 Programmatics Cost •5.1 What is the anticipated unit price for each Full-Rate Production (FRP) system? Please list any order quantity price breaks. •5.2 If the product/system is not currently in production, what is the anticipated unit price for production representative qualification units? Please report costs in today's ( FY2016 ) dollars. Schedule •5.3 Provide a high level Integrated Master Schedule (IMS) in Microsoft Project 2010 displaying the path to FRP deliveries. Program Entrance into the acquisition process is TBD. The major milestones you should include are: •a. Preliminary Design Review (PDR) •b. Critical Design Review (CDR) •c. Test Period •d. Production Readiness Review (PRR) •e. Full Rate Production (FRP) •6.0 Response Submittal Instructions Interested parties should address all inquiries related to this RFI to the Government POC listed in paragraph 6.0 in this RFI. Responses to this notice are requested no later than 2:00 pm EST 22 April 2016 All responses submitted must specify on the cover page of the response, or in the transmittal letter submitted with the response, the business size/status of the organization (i.e., large business, small business, HUB zone, women-owned, etc.). Small businesses which possess the required capability are encouraged to submit responses to this notice. Additionally, submissions shall include the CAGE code of the respondent, as well as point of contact which may be utilized for any necessary clarification, or to obtain additional information that may be required for evaluation of the response. Primary POC : Please submit all RFI responses and samples to Naval Air Warfare Center, Code 2.5.1.6 Lauren Morgan, Lauren.S.Morgan@navy.mil, Attn: Lauren Morgan 22473 Millstone Road BLDG 505, Patuxent River, MD 20670 Alternate POC : Code 2.5.1.6, Sabana Moore Barnes, Sabana.Moore-Barnes@navy.mil Additionally, responses shall be provided via email (if possible, based upon the size of the transmittal) to POC listed in paragraph 6.0 in this RFI in a format compatible with Microsoft Office 2010. If the file size is too large for email, please contact the POC(s) listed in Paragraph (6) for the physical mailing address. The Government does not anticipate that a comprehensive response to this RFI will contain CLASSIFIED information. To the extent practical, responses should be UNCLASSIFIED. If a CLASSIFIED response is required, respondents shall contact the POC for further instructions. Following a review of the responses received, NAVAIR may elect to schedule a one on one meeting with some respondents or ask follow up questions to gain additional data about the information provided. NOTE: Responses to the RFI will be reviewed by a Government/Contractor team of Subject Matter Experts (SME) currently providing support to the Aircrew Systems Program Office (PMA 202). A non-disclosure agreement (NDA) has been executed between Government and authorized subcontractors, and is currently on file with the Government. Vendors shall provide their acknowledgement and approval to have authorized subcontractors review the responses without execution of an NDA between the authorized subcontractors and respondent. Alternatively, should an organization require an additional agreement with any subcontractors, please forward such requests to the Government POC listed in paragraph 6.0 in this RFI. All information received in response to this notice that is marked "Proprietary" will be handled accordingly. This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. Responses to this RFI will not be returned. The Government is only seeking possible sources and current capabilities for informational purposes. No solicitation document exists. No reimbursement will be made for any costs incurred to provide information in response to this announcement, or any follow up information requests. Material contained herein is based on the most current information available at the time of publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate announcement via the Federal Business Opportunities portal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-16-RFI-1005/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04058642-W 20160324/160323001014-a10baa50ae4a8ec1227aad836cc7bfac (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.