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, 2018 FBO #6015
SOURCES SOUGHT

58 -- AN/SPN-46 TR Module & Power Supply and AN/SPN-35C Spares

Notice Date
5/11/2018
 
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, 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-0267
 
Archive Date
5/31/2018
 
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 Sources Sought/ Request for Information (RFI) notice is being posted in accordance with DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Air Traffic Control and Landing Systems (ATC&LS) Division, AD-4.11.7, has a requirement to provide engineering design and development and test and evaluation of ATC&LS products and technical services. These requirements are continuous, ongoing, and encompass the many Air Traffic Control (ATC) systems installed on the Navy's Air Capable Ships. These systems require design, development of modifications, testing, and certification; therefore, a contiguous work force is mandatory to ensure safety of flight. This RFI is issued as part of a procurement strategy for AD-4.11.7 in establishing the requirements for system modifications, testing, and certification. NAWCAD ATC&LS Division, AD-4.11.7, is designated as the Design Agent, the In-Service Engineering Agent (ISEA), and the Software Support Activity (SSA) for ATC systems. The ATC&LS Division conducts the following efforts: system test and evaluation; system certification; technical support; pre-positioned technical support; supply support; systems improvement; systems engineering; systems development; operational software development and maintenance; test support software development and maintenance; field change program support; production engineering; special purpose test fixture development; test bed support; overhaul and restoration program support; program management; quality assurance; and system safety support. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. • Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. • If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number. • 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 and marked as PRICE DATA. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components 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 ten 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 shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. 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 shall respond within 5 days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed 10 pages) via e-mail no later than 16 May 2018 at 4:00 PM EST to Michael Miller at Michael.T.Miller7@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0267/listing.html)
 
Record
SN04920313-W 20180513/180511231109-e952a94238960efa095ab2d8fd03376b (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.