Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2021 SAM #7307
SOURCES SOUGHT

59 -- BAE Components & Spares

Notice Date
12/1/2021 10:50:45 AM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833522R0074
 
Response Due
12/6/2021 12:00:00 PM
 
Archive Date
12/21/2021
 
Point of Contact
Paras Patel, Phone: 7323237638
 
E-Mail Address
paras.d.patel.civ@us.navy.mil
(paras.d.patel.civ@us.navy.mil)
 
Description
REQUEST FOR INFORMATION Package Name: Hardware Components and Spares PSC Code: 5985 � Antennas, Waveguides, and Related Equipment NAICS Code: 334220 � Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF) Combat Integration and Identification Systems (CI&IDS) Division has a requirement to provide hardware components and spares as required on the Digital Interrogator Sets AN/UPX 41(C), AN/UPX-42(C), AN/UPX-45(C), AN/UPX-50, inclusive of the OE-120( )/UPX and sub-assemblies. BAE Information and Electronic Systems Integration (IESI) is the Original Equipment Manufacturer (OEM) of the Digital Interrogator (DI) Sets AN/UPX 41(C), AN/UPX-42(C), AN/UPX-45(C), AN/UPX-50, inclusive of the OE-120( )/UPX antenna and sub-assemblies and has been the source for the DI Sets and Antennas currently fielded. This RFI is issued as part of a procurement strategy for hardware components and spares. The hardware and spares must be form/fit/function equivalent to the existing DI Sets and Antennas, including all military specifications, military standards, and physical and performance requirements outlined in MIL-DTL-29563A. The hardware components and spares include: Nomenclature P/N Voltage Standing Wave Ratio Monitor Assembly 6004819 Sample & Hold Multiplexer 06004727-2 Cable Assembly 06010521-2 Digital Stream Converter 06009328-1 Beam Form Receiver 6010351 Diode Bite Multiplexer 4078800G1 Horn, Antenna (Type I) 06004768 Analog to Digital Multiplexer 6004734 Parallel Diff Driver 6004789 Rate Multiplexer & Real Time Clock 6004792 Power Sensor 6009322 Power Divider 4080644-1 Parallel Data Receiver 6010357 Serial & Display 6010360 Cable Assembly 6004886 Over Voltage Assembly 6010379 Power Supply 06010530-3 Bite & Panel Interface 6010563 Fuseholder Block 152017P1 Microprocessor 4078735G1 Power Supply 8507793-1 Misc Input/Output Module 8517031-1 PC Holder 8518527-1 Display Unit 8519219-1 Single Board Computer 8520608-1 Multifunction Input/Output/Controller 8520610-1 Field Programmable Gate Array Module 8527181-1 Isolation System 8536622-1 RT-1912(C)/APX-123 Transponder 10089939G-11 C-12720/APX Remote Control 1008940P-5 Digital Voice Protection Defruiter Clear Channel Assessment 1001735G-2 Coder Timer Clear Channel Assessment 1001736G-5 Power Supply Assembly 1001738G-3 Receiver Modulator 1001741G-6 Transmitter Modulator 1001740G-5 Remote File Input Output Module 1001747G-4 Mode 5 Clear Channel Assessment 0N706898-3 Mode 5 Processor Assembly 8482633-1 Data Entry Unit 1001947P-1 DI Minimum Shift Keying Clear Channel Assessment 8491129-2 Transmitter Modulator 1001740G-6 Mode 5 Processor Assembly 1061391G-7 Backplane Assembly 8535689-1 Coder Timer Clear Channel Assessment 8536580-2 Digital Voice Protection Defruiter Clear Channel Assessment 8535686-2 Mode 5/S Clear Channel Assessment 0N706898-4 Receiver Modulator 8535692-1 Remote File Input Output Module 8555925-1 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 Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (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. IAW 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 IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) 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 IAW 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 SAM website: https://sam.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 five (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 ten (10) pages) via e-mail no later than 6 December 2021 to Paras Patel at paras.d.patel.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1bad2c26ff214949ae0e81e16ce24170/view)
 
Place of Performance
Address: Saint Inigoes, MD, USA
Country: USA
 
Record
SN06189149-F 20211203/211201230119 (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.