Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2020 SAM #6957
SOURCES SOUGHT

70 -- Legacy F-18C/Ds Radar Upgrade from the APG-73 to APG-79 v(4)

Notice Date
12/14/2020 12:18:39 PM
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-21-R-1298
 
Response Due
12/24/2020 1:00:00 PM
 
Archive Date
01/08/2021
 
Point of Contact
JENNIFER CASALE, Phone: 240-577-5643
 
E-Mail Address
jennifer.casale@navy.mil
(jennifer.casale@navy.mil)
 
Description
N68335-20-Q-0416 THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This is a Request for Information notice to assist the Naval Air Warfare Center Aircraft Division (NAVAIR) Lakehurst, NJ in conducting market research regarding the legacy F-18C/Ds that are undergoing a radar upgrade from the APG-73 to APG-79 v(4). This upgrade will introduce fiber optics into the aircraft and generate the need for this equipment to support fiber optic maintenance requirements at the fleet operational level. The Government does not currently have enough assets in the fleet to support the maintenance requirements of these additional upgraded legacy radars. This is a re-purchase in support of the APG-79 v(4) upgrade. The following equipment is required: NIIN 015322893; P/N: 74D740515-1001, Inspection Set, Fiber Optic, QTY 5 NIIN 015322890; P/N: 74D740514-1001, Test Set, Fiber Optic, QTY 5 NIIN 016234973; P/N 74D740523-1003, Adapter Set-Fiber Optic, QTY 5 NIIN 015327296; P/N: 74D740516-1001; Visual Fault Finder, QYT 5 The PSC for this requirement is 7G21 the NAICS is 334513 with a size standard of 750 employees.� All interested businesses are encouraged to respond.� It is requested that interested parties submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements, as described above. This documentation must address, at a minimum, the following:� 1. Company Name; Company Address; CAGE Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, office location(s), DUNS number, and a statement regarding current small/large business status- 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. 3. Statement regarding capability. 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. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated Request for Proposal 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 Contract Opportunities (previously FBO) website: https://beta.sam.gov/help/contract-opportunities. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. All responses should be received no later than 4:00 PM EST,�21 December 2020. Responses should be submitted electronically to the designated Contract Specialist, Jennifer Casale, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: jennifer.casale@navy.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All interested parties should send company and descriptive literature as well as any comments or questions to the designated Contract Specialist, Ms. Jennifer Casale, via e-mail to jennifer.casale@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 RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/259a2a815328411bafc727d9cc0d5a62/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05873713-F 20201216/201214230143 (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.