Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOURCES SOUGHT

70 -- Dragon V Systems Radio Interface Device (RID) Units

Notice Date
4/25/2018
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
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
N68335-18-R-0252
 
Archive Date
5/16/2018
 
Point of Contact
Michael Miller,
 
E-Mail Address
michael.t.miller7@navy.mil
(michael.t.miller7@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a RFI only. This is not a Request for Proposal, a Request for Quotation, or Invitation for Bids. There is currently no solicitation package available. A requirement by the Government exists for: • A maximum of 120 Dragon V Systems RID units. • These RID units to be procured through a 3-year Indefinite Delivery Indefinite Quantity contract to support the production and delivery of multiple Fire Scout Unmanned Aerial Vehicle (UA V) Mission Control Stations (MCSs). To assess what RID units currently exist in the marketplace, the Navy is requesting industry provide product descriptions of items that meet the Government requirement stated below: • Shall fit in a space of 8"W x 7.5"D x 5.5"H to maintain a volume envelope to allow installation into the rack and leave appropriate volume for other components, cable runs, etc. Maximum volume is based on volume used by equivalent function in the Air Vehicle. • Shall operate on 28VDC power and not exceed a current draw of 3.1A at this voltage. • Shall withstand an operating temperature range of -40°F (-40°C) to 158°F (+70°C). • Shall withstand a non-operating temperature range of -40°F (-40°C) to 185°F (+85°C). • Shall have adequate protection against damage to permit handling without the need for special Electrostatic Discharge (ESD) productive handling procedures. Due to the current state of development of the Fire Scout UAV MCSs, testing results and certification to MIL-STD-188-114A (Electrical Characteristics of Digital Interface Circuits), MIL-STD-1553B (Digital Time Division Command/Response Multiplex Data Bus), MIL-STD-1686C (ESD control program for protection of electrical and electronic parts, assemblies, and equipment (excluding electrically initiated explosive devices)), MIL-STD-461F (requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment), MIL-STD-810 (For temperature standards, shock standards, and vibration standards) costs would be the responsibility of the potential contractor. If you believe you have RID units that meet the requirements, you are asked to provide that information. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying Dragon V Systems RID units that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. 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. In response to this RFI, respondents shall submit written responses, not-to-exceed 10 pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government 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 Government 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 solicitation that may be issued. Information provided 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 vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Technical Point of Contact, Brandon Parsons at brandon.w.parsons@navy.mil and the Contract Specialist, Michael Miller at michael.t.miller7@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 1 May 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0252/listing.html)
 
Record
SN04900631-W 20180427/180425230820-6bbf0d12efe0028c7b008218e782b57d (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  © 1994-2020, Loren Data Corp.