SOURCES SOUGHT
58 -- NAWCAD WOLF Combat Integration & Identification Systems (CI&IDS) OE-120( )/UPX Antenna Group Components
- Notice Date
- 1/24/2024 1:15:57 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-24-RFI-0106
- Response Due
- 1/29/2024 1:00:00 PM
- Archive Date
- 02/13/2024
- Point of Contact
- Truman Harris
- E-Mail Address
-
truman.b.harris3.civ@us.navy.mil
(truman.b.harris3.civ@us.navy.mil)
- Description
- This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). �The Naval Air Warfare Center Aircraft Division Webster Outlying Field Combat Integration & Identification Systems (CI&IDS) Division has a requirement to provide OE-120( )/UPX Antenna Group components. �� This RFI is issued as part of a procurement strategy for hardware components for the OE-120( )/UPX Antenna Group.� Part Number� � � � � � � � � � � � � � � � � � � � � � ��Description 8201650G-1� � � � � � � � � � � � � � � � � � � Type 2 Wave Guide Horns 53658� � � � � � � � � � � � � � � � � � � � � � � � J-6616/APX Interconnecting Box 54527� � � � � � � � � � � � � � � � � � � � � � � �Case, Electronic Communications Equipment 54535-3� � � � � � � � � � � � � � � � � � � � � � 3W1 Cable Assembly 54490-30� � � � � � � � � � � � � � � � � � � � � 3W2 Cable Assembly 54489-30� � � � � � � � � � � � � � � � � � � � � Cable Assembly, Special Purpose, Electrical 56578� � � � � � � � � � � � � � � � � � � � � � � �R-IT(1A) Cable Assembly 6004702� � � � � � � � � � � � � � � � � � � � � �Power Switch Assembly 8519291-1� � � � � � � � � � � � � � � � � � � � Display Unit 8520610-1� � � � � � � � � � � � � � � � � � � � Multifunction Interoperational Capability 8536622-1� � � � � � � � � � � � � � � � � � � � Isolation System 8527181-1� � � � � � � � � � � � � � � � � � � � Field Programmable Gate Arrays Assembly 8518527-1� � � � � � � � � � � � � � � � � � � � Holder, Printed Circuit Board 8507793-1� � � � � � � � � � � � � � � � � � � � Power Supply 8517031-1� � � � � � � � � � � � � � � � � � � � Input/Output Module 8555700-1� � � � � � � � � � � � � � � � � � � � Computer, Digital (SBC) 4080644-1� � � � � � � � � � � � � � � � � � � � Radio Frequency Power Divider 8509855-1� � � � � � � � � � � � � � � � � � � � Phase Shifter 8538837-1� � � � � � � � � � � � � � � � � � � � OE-120B Upgrade Kit 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 29 January 2024 to Truman Harris at truman.b.harris3.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bdfc1c87eac941138ee96b81011fb1cd/view)
- Record
- SN06944569-F 20240126/240124230045 (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 |