Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
SOURCES SOUGHT

16 -- Civil Integrated Landing System (C-ILS) Capability in 120 F/A -18 C/D USMC Aircraft

Notice Date
6/12/2018
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-18-PMA-265_Civil_Integrated_Landing_System
 
Archive Date
7/12/2018
 
Point of Contact
Joanna L Schwab, Phone: (301) 757-5261
 
E-Mail Address
joanna.morris@navy.mil
(joanna.morris@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): Integrate a Civil Integrated Landing System (C-ILS) The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to successfully integrate a C-ILS capability into the F/A - 18 C/D USMC Aircraft. The C-ILS integration development effort for USMC F/A-18C/D aircraft will leverage previous integration efforts for C-ILS components in the F/A-18C/D Blue Angels. Although the F/A-18C/D aircraft C-ILS components may differ due to platform-specific configurations or unique requirements, the current ARN-514 C-ILS marker beacon antenna and localizer/glideslope antenna installed in the F/A-18C/D Blue Angels aircraft or BAE C-ILS Multi-Mode Receiver (MMR) are expected to be used.. The BAE MMR is currently being modified to interface with the MIL-STD-1553B Bus Controller on the F/A-18 aircraft. Additional non-recurring engineering (NRE) may be required for part obsolescence within the MMR. The required quantity of USMC F/A-18C/D aircraft to be modified with the C-ILS capability is 120, and the USMC schedule requirement objective is to complete these installations by the end of Q4 of FY2021, with a threshold is a completion date of Q4 of FY2022. The contractor shall be responsible for obtaining all aircraft data required for support of this effort. 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, TBD. Responses shall be submitted electronically to the designated Contract Specialist, Joanna Schwab, in Microsoft Word format or Portable Document Format (PDF) at the following email address: joanna.schwab@navy.mil Please submit any questions regarding this synopsis to Joanna Schwab via e-mail to joanna.schwab@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/N00421/N00019-18-PMA-265_Civil_Integrated_Landing_System /listing.html)
 
Record
SN04952112-W 20180614/180612230608-000c9e131133142ca19ffb30c0ab0ef8 (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.