Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOURCES SOUGHT

R -- Request for Information for Engineering Services in support of the PMA-208 System for Navy Target Control (SNTC)

Notice Date
5/11/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
N00019-17-RFI-0260
 
Archive Date
6/15/2017
 
Point of Contact
Christine Sager, Phone: 732-323-1600, Diana Harritt, Phone: 301-757-5954
 
E-Mail Address
christine.sager@navy.mil, Diana.Harritt@navy.mil
(christine.sager@navy.mil, Diana.Harritt@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) is surveying the marketplace for all interested parties, and is requesting information and comments from industry. NAVAIR Patuxent River is requesting responses from vendor sources with the requisite knowledge, experience, and technical expertise to provide services to maintain and enhance the System for Navy Target Control (SNTC) and its operational software. The expectation of services to be provided is as follows: engineering (to include, but not limited to investigations, recommendations for technological insertions, Technical Data Packages, etc.), logistics (to include, but not limited to supply support, repairs services, testing, support of technical manuals, etc.), obsolescence management, configuration management and requirements management. This list is not all inclusive and other taskings related to engineering or logistics may be considered in the future. Support requirements are applicable to the following part numbers: Transponder PN: AY99280-1 Transponder PN: AY99280-6 Transponder PN: AY12602 Transponder PN: AY12600 Test Set PN: AY99800 Test Set PN: AY10875 Test Set PN: AY12677 Test Set PN: AY12675 Airborne Relay PN: AY99850 Airborne Relay PN: AY10850 Airborne Relay PN: AY12652 Airborne Relay PN: AY12650 Ground Radio Frequency Unit PN: AY99220 Ground Radio Frequency Unit PN: AY00880 Ground Radio Frequency Unit PN: AY10825 Ground Radio Frequency Unit PN: AY12627 Ground Radio Frequency Unit PN: AY 12625 Mission Control Console PN: AY03300-1 Mission Control Console PN: AY03300-2 Mission Control Console PN: AY03300-3 Target Control Console PN: AY00600-1 Target Control Console PN: AY00870-1 Target Control Console PN: AY99160-1 Payload Command Panel PN: AY00470 Target Antennas PN: AO(435)MON Target Antennas PN: AO(390)MON REQUIREMENTS: This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned Basic Ordering Agreement covering the services necessary to maintain and enhance the SNTC and its operational software. The SNTC system consists of a Ground Control System and RF System, which together provide remote control of air, ground and seaborne targets used for fleet training, as well as weapon systems Test and Evaluation. Both hardware and software developmental and qualification efforts are expected during the period of performance. Interested parties may submit technical literature/brochures on solutions that meet these requirements. Any other relevant information may also be submitted for consideration to aid in refinement of this requirement. RELEVENT SPECIFICATIONS: PSD_SNTC, Rev C, Performance Specification for System for Naval Target Control (SNTC) PMA208-15001, Revision A, NAVAIR Performance Specification for the Navy Common Datalink PMA208-12006, Rev H, NAVAIR Design Specification for the Navy Common Datalink Transponder PMA208-12003, Rev G, NAVAIR Design Specification for the Navy Common Datalink GRFU PMA208-12004, Rev G, NAVAIR Design Specification for the Navy Common Datalink Airborne Relay PMA208-12005, Rev E, NAVAIR Design Specification for the Navy Common Datalink Test Set The specifications listed are marked with Distribution Statement D, which authorizes distribution of the document to U.S. Government agencies and their contractors because data contains critical technology. Please contact Christine Sager, NAVAIR Contract Specialist, at christine.sager@navy.mil to request a copy of the specifications. In order to receive a copy of the specifications, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via the System for Award Management (SAM) at www.SAM.gov. For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsd-gov/home.do. 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 services 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 notice. All interested businesses are encouraged to respond. 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 meet the requirements outlined above. This documentation must address, at a minimum, the following: Company Contact Information to include: 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 and DUNS number; 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 the specifications. The capability statement package shall be sent via email to AIR- 2.4.3.3.4 NAVAIR Lakehurst Contracts, Christine Sager, christine.sager@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 31 May 2017. All interested parties must submit written responses, preferably via electronic mail. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Navy will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Navy regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N00019-17-RFI-0260/listing.html)
 
Record
SN04505431-W 20170513/170512000007-292226b8aeb57e333a1a5e1a6905e1e4 (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.