Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

58 -- T-45 Goshawk Automatic Dependent Surveillance

Notice Date
12/10/2019 12:38:18 PM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833520R0097
 
Response Due
1/8/2020 2:00:00 PM
 
Archive Date
06/01/2020
 
Point of Contact
William Waterhouse, Phone: 7323232243
 
E-Mail Address
william.waterhouse@navy.mil
(william.waterhouse@navy.mil)
 
Description
T-45 GoshawkAutomatic Dependent Surveillance - Broadcast Out APX-119 Transponder and Digital Control PanelTest Requirements DocumentDISCLAIMERTHIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.INTRODUCTIONThis is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a Contract for acquisition of T-45 Goshawk APX-119 Transponder and Digital Control Panel Test Requirements Documents. Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Rough Order of Magnitude pricing is also requested for planning purposes. Any other relevant information may also be submitted for consideration to aid in refinement of this requirement.THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing the Support Equipment described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.ELIGIBILITYThe PSC for this requirement is 5841; the NAICS is 334515 with a size standard of 750 employees. All interested businesses are encouraged to respond. REQUIREMENTSDescription of Supplies/Services The Government requests the Contractor to submit a formal Firm-Fixed Price (FFP) proposal for the delivery of Test Requirements Documents (TRDs) and Technical Data for the APX-119 IFF (part number 4079100-0536) and the DCP (part number 4087561-0502). The Government requests a TRD deliverable no later than six (6) months after contract award. The Government also requests additional follow on tasking for three (3) years, year-by-year, optional Level of Effort (LOE) engineering support. These items will provide the information necessary to deliver Operational Test Program Set (OTPS) for the U.S. NAVY. The Contractor shall provide avionics source data required for future acquisition of Operational Test Program Sets (OTPS). The principal objective is to accumulate and assess the adequacy of avionics data for the delivery of T&C TPSs. Avionics data will consist of a TRD for each of the ADS-B OUT avionic Units Under Test (UUT) described above.A contract option for three (3) Personality Modules (PM) part number 4088953-0501 is required for the DCP operation on eCASS in the I-Level shops.See attached Statement of Work.SUBMITTAL INFORMATIONIt is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements as described in the preceding paragraph. This documentation MUST address, at a minimum, the following: Company Name; Company Address; Cage Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; statement regarding capabilityIf you are a small business, provide an explanation of your company’s ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods.Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.The capability statement package shall be sent via mail to William Waterhouse, Contract Specialist at william.waterhouse@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4efffec3002d40e5b1b76fa3aabffb40/view)
 
Record
SN05513514-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.