SOURCES SOUGHT
16 -- JHMCS EU Repurposing
- Notice Date
- 6/27/2017
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-15-P2-PMA265-0670
- Archive Date
- 7/27/2017
- Point of Contact
- Nathan S. Blankenship, , Benjamin J. Hansford,
- E-Mail Address
-
nathan.blankenship@navy.mil, benjamin.hansford@navy.mil
(nathan.blankenship@navy.mil, benjamin.hansford@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to procure hardware certification, analysis, assessment, modification and restoration to serviceable condition of Joint Helmet Mounted Cueing System (JHMCS) Electronic Units (EU) in support of F/A 18 Type/Model/Series (T/M/S) aircraft. RCEVS is the repair facility of the JHMCS Electronic Unit (EU) and as such possesses the requisite technical data, knowledge, and special skills regarding the JHMCS EU design and operation to meet the Navy's requirements. The contractor shall be responsible for obtaining, from Rockwell Collins ESA Vision Systems, all manufacturing drawings and proprietary specification data necessary to support the aircraft modification integration. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent's ability to meet the requirements as specified herein, including the delivery schedule requirements. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government 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 offeror's responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 3:30 PM EST, 12 July 2017. Responses shall be submitted electronically to the designated Contract Specialist, Nathan Blankenship, in Microsoft Word format or Portable Document Format (PDF) at the following email address: nathan.blankenship@navy.mil. Please submit any questions regarding this synopsis to Nathan Blankenship via e-mail to nathan.blankenship@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-P2-PMA265-0670/listing.html)
- Place of Performance
- Address: 4700 Marine Creek Parkway, Fort Worth, Texas, 76179-6969, United States
- Zip Code: 76179-6969
- Zip Code: 76179-6969
- Record
- SN04559239-W 20170629/170627235426-b2caddb0e89d94fb8c8baf129305a047 (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 |