SOURCES SOUGHT
66 -- Operational Test Program Set (OTPS) for MH-60R Moving Map Initiative Mission Computer Work Replaceable Assemblies
- Notice Date
- 1/17/2017
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N6833517RFI0100
- Archive Date
- 2/16/2017
- Point of Contact
- Shannan M. Germond, Phone: 732-323-2778, Jane T Worley, Phone: 732-323-7509
- E-Mail Address
-
shannan.germond@navy.mil, jane.worley@navy.mil
(shannan.germond@navy.mil, jane.worley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER THIS REQUEST FOR INFORMATION (RFI) 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned procurement to procure I-Level Production units of Operational Test Program Set (OTPS) for MH-60R Moving Map Initiative (MMI) Mission Computer (MC) Work Replaceable Assemblies (WRAs). Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Rough Order of Magnitude pricing is also requested for planning purposes. Any other relevant information may also be submitted for consideration, to aid in refinement of this requirement. DESCRIPTION •1) The Contractor shall develop, build, test (on Consolidated Automated Support System (CASS)) and deliver 33 MMI MC OTPS (2 Development and 31 Production) according to the MIL-PRF-32070 provided by the Government. This OTPS is considered medium complex with data processing and interfacing of multiple communication protocols. Production Acceptance Test of the entire OTPS will have to be conducted on CASS. •2) The OTPS shall consist of WRA TPS (Test Program Set) Software and OTPH (Operational Test Program Hardware). •3) The MC manufacturer is Lockheed Martin MST, and in the past development efforts (prior versions of the MC), it has used its proprietary acceptance test procedure (ATP) to develop a proprietary Test Load specifically to be used with corresponding MC OTPS development. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing MH-60R I-Level MMI MC OTPS described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is 6625 and the NAICS is 334515. All interested businesses are encouraged to respond. REQUIREMENTS SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to develop a MC OTPS. This documentation must address, at a minimum, the following: Company Name; Company Address; Cage Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; statement regarding capability If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent by mail to AIR-2.5.2.2.3 contracts, Shannan Germond, by email to shannan.germond@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 01 February 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833517RFI0100/listing.html)
- Record
- SN04373231-W 20170119/170117234724-2c52178be6eb7981aa56782b4cd37227 (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 |