Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2023 SAM #7719
SOURCES SOUGHT

16 -- V-22 Weather Radar System Replacement

Notice Date
1/13/2023 11:48:30 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM275-0162
 
Response Due
2/13/2023 1:00:00 PM
 
Point of Contact
Karamie L. Platt, Constance L. Humiston
 
E-Mail Address
karamie.l.platt.civ@us.navy.mil, constance.l.humiston.civ@us.navy.mil
(karamie.l.platt.civ@us.navy.mil, constance.l.humiston.civ@us.navy.mil)
 
Description
1.0������ Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (Marine Corps, Navy, and FMS Japan Variants) is seeking information regarding the current capability to provide the engineering and equipment for a form/fit/functional replacement to the current Weather Radar System (WRS). 2.0������ Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH 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 SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY.� THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON SAM.GOV. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0������ Background The current WRS, PRIMUS 701A is no longer supportable. A form/fit/functional replacement is needed to meet schedule, user, and performance requirements.� Attachment (1) Replacement WRS Candidates Enclosure 1 notes the current weather radar baselined system requirements in SD572-1-3 Paragraph 3.2.1.3.3 and 3.7.3.4 and additional system requirements for the weather radar replacement including requirements to enable the system to operate on Ethernet network and display color information on the Multi-Function Displays.� Attachment (1) Replacement WRS Candidates Enclosure 2 depicts the general Concept of Operations for the MV-22/CMV-22. 4.0 ����� Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees.� The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0������ Requested Information Federal Aviation Administration certified and Original Equipment Manufacturer licensed manufacturers must submit their response with any supporting documentation to include the �following: An UNCLASSIFIED description of the respondent�s general capabilities to support this effort. CAGE code, Unique Entity Identifier, and mailing address. Business size. Indicate whether Contractor is 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. Point of Contact to receive/provide additional information or clarification, including email address and phone number. A full capability summary, which contains a detailed proposed approach to meet the Government�s complete requirements as defined in Attachment (1) Replacement WRS Candidates, either directly or through teaming arrangements. Information on current products and services, relevant history, and capability of supporting in full the functions and services identified herein. Related past performance within the past five years. Legal authority (data rights) to provide Government access to appropriate technical manuals. 6.0 ����� Responses Interested parties must submit a Letter of Interest via email to Karamie Platt and Constance Humiston in order to receive Attachment (1) Replacement WRS Candidates.� Letter of Interest shall include Company�s name, address, Cage Code, Unique Entity Identifier, and Point of Contact information.� The information provided in Attachment (1) Replacement WRS Candidates shall be protected and stored as stated in the document.� Data Markings.� In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support Contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR).� If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Full Response Submissions.� Full response submissions to the above requested supporting data must be received no later than 4:00 PM Eastern Standard Time February 13, 2023 to Karamie�Platt at karamie.l.platt.civ@us.navy.mil and Constance Humiston at constance.l.humiston.civ@us.navy.mil. It is requested that the response have a page limit of 10 pages, and must be in English.� Classified information or material SHALL NOT be submitted. 7.0������ Questions Questions regarding this sources sought can be directed to Karamie Platt (karamie.l.platt.civ@us.navy.mil) or Constance Humiston (constance.l.humiston.civ@us.navy.mil) 8.0 ����� Summary THIS SOURCES SOUGHT 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/912e6d2ed0a2474aae0514e4ea4ff10d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06564449-F 20230115/230113230108 (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.