SOURCES SOUGHT
58 -- NAWCAD WOLF ATC&LS Division PALS Radio Frequency (RF) components support and supplies.
- Notice Date
- 12/6/2024 7:24:29 AM
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-24-RFI-0236
- Response Due
- 12/12/2024 12:00:00 PM
- Archive Date
- 12/27/2024
- 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). Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF), Air Traffic Control and Landing Systems (ATC&LS) Division has a requirement to procure the support and supplies associated with engineering and technical services to tear down, evaluate, repair, restore, modify, and procure parts for the legacy PALS Radio Frequency (RF) components. This RFI is issued as part of a procurement strategy for the Air Traffic Control & Landing Systems Division. The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Air Traffic Control & Landing Systems (ATC&LS) Division located at St. Inigoes, MD is designated as the Design Agent, In-Service Engineering Agent (ISEA), and Software Support Activity (SSA) for Air Traffic Control (ATC) systems. In accordance with these assignments, the ATC&LS Division conducts the following efforts: system test and evaluation; system certification; technical support; pre-positioned technical support; supply support; systems improvement; systems engineering; systems development; operational software development and maintenance; test support software development and maintenance; field change program support; production engineering; special purpose test fixture development; test bed support; overhaul and restoration program support; program management; quality assurance; and system safety support. This effort is composed of engineering design and development and test and evaluation of ATC&LS products and technical services. The products are produced for the Navy's ATC&LS equipment under the responsibility of the ATC&LS Division. These requirements are continuous, ongoing, and encompass the many ATC Systems installed on the Navy's air capable ships. These systems require design, development of modifications, testing, and certification; therefore, a contiguous work force is mandatory to ensure safety of flight. The ATC&LS Division establishes the requirements for system modifications, testing, and certification. Schedules are established by Naval Air Systems Command (NAVAIR) and Type Commanders (TYCOM) annually and updated on a quarterly basis. The majority of tasking for this contract comes from NAVAIR PMA-213, Naval Sea Command (NAVSEA), and fleet TYCOMs. The Contractor shall furnish to the Government any support and materials required through written orders issued in accordance with this agreement. The Contractor shall produce, modify, repair, upgrade, improve, and replace ATC systems� Radio Frequency (RF) components, assemblies, and associated hardware and technical documentation. The Contractor shall provide technical and engineering support, reports, maintenance, and upgrades for any Contractor developed test, support, data collection, and analysis equipment and simulators developed for these ATC systems including but not limited to AN/SPN-35C Precision Approach Radar, AN/SPN-43C Air Surveillance Radar System, AN/SPN-46(V) Precision Approach and Landing System (PALS), AN/APN-246 Beacon family, and AN/TPN-31A Air Traffic Navigation Integration and Coordination System (ATNAVICS). The Contractor shall ensure all support is performed by technically qualified personnel. The support provided shall include technical, engineering, field change, spare parts, and testing. 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 15.201(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. 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 12 June 2024 to PCO at truman.b.harris3.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f71e3c9cf1b749d5b0ae9e745dfebd02/view)
- Record
- SN07284965-F 20241208/241206230109 (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 |