Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

66 -- Improved ALRE Data Acquitistion System

Notice Date
7/21/2017
 
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
N6833517RFI0292
 
Archive Date
8/11/2017
 
Point of Contact
Alison M Grosch,
 
E-Mail Address
alison.grosch@navy.mil
(alison.grosch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) In support of the NAVAL AIR SYSTEMS COMMAND LAKEHURST, NJ Aircraft Launch and Recovery Equipment (ALRE) Test Instrumentation Branch Introduction and Overview THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Systems Command (NAVAIR) Lakehurst is requesting information pertaining to the purchase of a replacement to the existing data acquisition and processing software which is used to acquire and process the current suite of National Instruments hardware which is functional but obsolete. Current hardware suite configurations range from a single, locally acquired channel to a complex system with multiple distributed chassis' acquiring hundreds of channels depending on the testing being conducted. In addition to supporting the existing hardware, it is the intention to supplement the hardware suite with new NI hardware with improved measurement resolution as well as providing new capabilities which will also operate using the same developed software. This effort will be comprised of four (4) separate but related phases, as outlined. The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey (NJ) is releasing the attached draft Statement of Work (SOW) as a part of a Request for Information (RFI) to identify interested parties, and solicit comments pertaining to providing the purchase of a replacement to the existing data acquisition and processing software which is used to acquire and process the current suite of National Instruments hardware. The Government's intent is to eventually release a fixed price Request for Proposal (RFP). Any resulting solicitation related to this RFI will officially be released via the Federal Business Opportunities website (www.fbo.gov). The purpose of this RFI is to search the market and gather information to assist the NAWCAD in formulating its requirements, and identify qualified offeror's who are able to meet the requirements. Response Topics Topic 1: In addition to receiving comments on the draft SOW, the Government is interested in obtaining information from industry concerning capabilities to meet the requirements of the SOW. Specifically, the Government requests that respondents complete the questionnaire, based upon the requirements communicated in the SOW. This RFI is for market research and is not part of any down selection process. Topic 2: The Government anticipates that this will be released under the North American Industry Classification System (NAICS) 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. The Government welcomes responses from industry, to include small business as well as large business. If your company is considered a large business, provide your subcontracting strategy as to how you would best incorporate small business, small disadvantaged business, woman-owned small business, HUB Zone small business, veteran owned small business, and service disabled veteran owned small business, in the overall performance of this effort. Topic 3: Please include comments specifically focused on perceived ambiguities in the SOW, e.g. requirements that are incomplete, unclear, or in conflict, consequently making it difficult to estimate the work required. RFI Response Instructions Complete the questionnaire located at the end of this RFI to provide the requested information (no substitutions, additions or deletions). Responses to the RFI should be submitted via email to Ms. Alison Grosch, alison.grosch@navy.mil Responses shall be limited to the below topics and are bound by sectional page limits. •1) Please discuss your interest in this requirement and corporate capabilities to satisfy the requirement. (no more than 2 pages) •2) If you are a small business, discuss the suitability for small business. (no more than 2 pages) •3) Identification of and/or recommendations to improve any ambiguities or perceived contradictions in the draft SOW. (no more than 2 pages) A page is defined as a single sided 8.5" by 11" page using 1 inch margins from each edge. Response must be in font size 12, Times New Roman. Inclusion of the below questionnaire is in addition to the above mentioned page count. The information shall be submitted as UNCLASSIFIED. Do not submit any documents (letters, corporate statements or marketing information) other than the completed Questionnaire and any comments on the SOW. Any questions should be submitted via email to Ms. Alison Grosch, alison.grosch@navy.mil The Government may elect not to discuss submissions received in response to this RFI with individual responders. There is no requirement to respond to the RFI in order to be eligible to propose on the planned RFP. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. Respondents shall fully use this opportunity to describe proven capabilities in providing efforts similar to those described in the SOW. DISCLAIMER The Government does not intend to award a Contract on the basis of this RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME. QUESTIONNAIRE I. CORPORATE OVERVIEW Name of Company Name of Business Unit Responding to the RFI (if applicable) DUNS Number CAGE Code CAGE Code (for classified storage, if different than above) Corporate Address Total Number of Full Time Employees Number of Full-Time Consultants Date of Establishment Website URL Business Classification Indicate whether your company is a Small or Large Business under NAICS Code 334515 □ Small □ Large Indicate whether your company is a current SBA 8(a) BD Program participant. Additional Type of Small Business, if Applicable (e.g. Woman-Owned, Service Disabled Veteran Owned, HUBZone) One Point of Contact Name (Enter Name, phone number and email address) DCAA Approved Accounting System □ Yes □ No
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833517RFI0292/listing.html)
 
Record
SN04589838-W 20170723/170721234754-3607ffa8e4e11f254371a5b4a9385549 (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.