SOURCES SOUGHT
59 -- NAWCAD WOLF - Modified Cabinets
- Notice Date
- 9/5/2019
- Notice Type
- Sources Sought
- NAICS
- 332322
— Sheet Metal Work 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
- N68335-19-RFI-0431
- Archive Date
- 9/26/2019
- Point of Contact
- Kelly E. Gray, Phone: 7323232287
- E-Mail Address
-
kelly.gray1@navy.mil
(kelly.gray1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Number: N68335-19-RFI-0431 Classification Code: 5975 - Electrical Hardware and Supplies NAICS Code(s): 332322 - Sheet Metal Work Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Combat Integration & Identification Systems (CI&IDS) Division is soliciting information and comments from industry on its ability to provide the manufacture of Modified Cabinets for the AN/UPX-24(V) Interrogator Set CP-1273/UPX-24(V) Processor Controller. The modified cabinets are part of the CP-1273/UPX-24(V) Central Processor and must be built to U.S. Navy program approved configurations. The CI&IDS Division must meet the requirement to manufacture the modified cabinet into their final form, the CP-1273/UPX-24(V) Processor Controller, prior to AN/UPX-24(V) system integration testing, environmental screening, and delivery to the shipyard for installation. The modified cabinets must be formally environmentally tested and certified as an assembly for shipboard installation, including the below: 1) MIL-S-901D, Shock Tests (H.I.) High-Impact Shipboard Machinery, Equipment, and Systems 2) MIL-STD-167-1, Mechanical Vibrations of Shipboard Equipment CI&IDS Division, in conjunction with BAE Systems Nashua, NH, has previously completed the above listed testing on the modified cabinets. The cabinets must also be the same form, fit, and function to previously installed cabinets and must be compatible with currently installed shipboard mounts installed based on Navy approved Installation Control Drawings (ICD). It is imperative to maintain mandated military specification certification, interoperability, and commonality among fielded systems so that configuration will not differ and supportability will not be impacted. These Modified Cabinets have been purchased through Electromet and are a configuration controlled custom built cabinet. CI&IDS Division does not own the drawings to be able to send out for bids from other vendors. The Electromet cabinet is custom designed to fit the AN/UPX-24(V) Interrogator Set CP-1273/UPX-24(V) Processor Controller. 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. • Respondents shall include product specifications, release notes, functional descriptions and sketches with submission. Product specification and sketches are not included in the final page count. • If applicable and able, respondents shall include a list of Department of Defense (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 In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competition. All information received in response to the 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 RFP 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 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 only to Kelly.gray1@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 11 September 2019, 11:00 AM EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-19-RFI-0431/listing.html)
- Record
- SN05433444-W 20190907/190905231424-cb1aea8a13fb1f3d0e349ba1baaf8ecb (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 |