Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2023 SAM #8059
SOURCES SOUGHT

59 -- NAWCAD WOLF C4I Cabinets and Cabinet Components

Notice Date
12/19/2023 8:07:16 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
N6833524RFI0068
 
Response Due
12/26/2023 12:00:00 PM
 
Archive Date
01/10/2024
 
Point of Contact
Lauren Clemmens
 
E-Mail Address
lauren.a.clemmens.civ@us.navy.mil
(lauren.a.clemmens.civ@us.navy.mil)
 
Description
Original Set Aside: Product Service Code: 5342 � HARDWARE, WEAPON SYSTEM NAICS Code: 32322 � Sheet Metal Work Manufacturing Place of Performance:� Contractor Site Description Package Name: Navy Command, Control, Communications, Computers and Intelligence (C4I) Cabinet and Cabinet Components - Basic Ordering Agreement (BOA) PSC Code: 5996 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-l(d). The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF)�Ship and Air Integrated Warfare (SAIW) Division will issue individual orders against this Basic�Ordering Agreement (BOA), for the procurement of Navy Command, Control, Communications, Computers and Intelligence (C4I) equipment cabinets and cabinet components. These cabinets and cabinet components will support the production and integration of shipboard Radio Communication Systems (RCS) and Gun Computer Systems (GCS) installed aboard various classes of U.S. naval, Military Sealift Command (MSC) and Coast Guard vessels to include CG, DDG, LPD, CVN, LHA, LHD, T-AO, FFG and WMSL platforms. This BOA will cover RCS equipment cabinets and cabinet components required to integrate Navy communications systems for the AN/SRC-61A(V), AN/SRC-64, AN/SRC-66(V) and AN/SRC-72(V) variants using a combination of the Digital Modular Radio (DMR) system, the ARC-210 radio Air Traffic Control system and the High Frequency Distribution Amplifier Group (HFDAG) system. In addition to RCS systems above, this BOA will also cover shipboard based GCS cabinets and cabinet components for the MK-169 weapon system. This RFI is issued as part of a procurement strategy for the Navy C4I Cabinet and Cabinet Components. This procurement will support cabinet acquisition for Navy communications systems for the AN/SRC-61A(V), AN/SRC-64, AN/SRC-66(V) and AN/SRC-72(V) variants, as well as the MK-169 GCS In Accordance With (IAW) the design drawing package of the systems. The BOA is expected to support in excess of 40 parts that conform to the above systems and the numerous variants of these systems. A sampling of the parts is summarized below: PART NUMBER����������� DESCRIPTION��������������� C4I SYSTEM SUPPORTED 809-690C-19��������������������� Cabinet����������������������������� AN/SRC-61A(V) 809-690C-25��������������������� Cabinet����������������������������� AN/SRC-61A(V) 813-417D-1����������������������� Cabinet �����������������������������AN/SRC-61A(V) 810-861D-1����������������������� Cabinet �����������������������������AN/SRC-64 810-861D-2��������������������� ��Cabinet��������������������������� ��AN/SRC-64 812-496D-1����������������������� Cabinet���������������������������� �AN/SRC-66(V) 812-662D-1����������������������� Cabinet �����������������������������AN/SRC-66(V) 803-041D-83��������������������� Cabinet �����������������������������AN/SRC-72(V) 803-041D-27��������������������� Cabinet����������������������������� AN/SRC-72(V) 813-632D-1����������������������� Cabinet����������������������������� MK-169 802-903B-1����������������������� Cabinet Components�� ������Various Systems 813-374D-1����������������������� Cabinet Components� �������Various Systems These cabinets and associated cabinet parts are purpose-built for seamless integration into the Navy�s systems identified in the system nomenclatures mentioned above. These cabinets must meet all form, fit and function requirements. Proposed cabinets must be in compliance with the following specifications and must be certified and passed qualification testing to be compatible with the other communication and weapon components within the systems identified above. ������������������������������������������������������������������ ����������� Shock: MIL-E-901D, Grade A, Class I, Type A, Medium Weight ����������� Vibration: MIL-STD-167, Type I, Based on utilizing IDC Wire Rope Isolators. 6 Base Units, Series ���������� M16-610-08-A, P/N 081501-20200, loaded and cycled to 5.8"" and 4 sway units, Series M16-540-04- A, P/N 081501-20201, loaded and cycled To 5.25"" ����������� EMI Effectivity: 40dB AT 1 GHz ����������� Drip Proof: MIL-STD-810, Method 506.5, Procedure III, Cabinet Orientation, 45�, Left/Front/Back ����������� Bonding/Grounding: MIL-STD-1310 ����������� Finish Specifications: ����������� Aluminum: Chemical Film per MIL-DTL-5541, Type II, Class 3 ����������� Stainless Steel: Passivate per ASTM A967 ����������� Primer: MIL-DTL-53022, Epoxy Coating, Corrosion Inhibiting, Lead and Chromate Free ����������� Paint: MIL-PRF-22750, Coating, Epoxy, High-Solids, Color Gray #26307, per MIL-STD-595 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 (DoHS) 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 15.20l(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 aII 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 may not be returned. Respondents may 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. 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 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 pages) via e-mail no later than 26 December 2023 to Lauren Clemmens at lauren.a.clemmens.civ@@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5406854ba8514a23b02b29e9e6cbe9ad/view)
 
Place of Performance
Address: Saint Inigoes, MD, USA
Country: USA
 
Record
SN06917664-F 20231221/231219230056 (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.