Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 30, 2016 FBO #5455
SOURCES SOUGHT

66 -- GINA Flightline Tester

Notice Date
10/28/2016
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-17-R-0005
 
Archive Date
11/28/2016
 
Point of Contact
Donna Marie Kracinovich, Phone: 7323231177
 
E-Mail Address
donna.kracinovich@navy.mil
(donna.kracinovich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N68335-17-R-0005 GINA Flightline Tester DISCLAIMER THIS REQUEST FOR INFORMATION (RFI) 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. INTRODUCTION This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned procurement for the GINA Flightline Tester, P/N 3500-T. Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Rough Order of Magnitude pricing is also requested for planning purposes. Any other relevant information may also be submitted for consideration, to aid in refinement of this requirement. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing the GINA Flightline Tester, P/N 3500-T described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement 6625; the NAICS is 334515 with a size standard of 750 employees All interested businesses are encouraged to respond. REQUIREMENTS •1.0 REQUIREMENTS 2.1 General The contractor shall provide materials and services as required to manufacture, assemble, and deliver nine (9) GINA FLT, p/n: 3500-T. 2.1.1 Government Furnished Equipment (GFE) The Navy will provide the following GFE to the contractor for this GINA Flight Tester effort. Specifications for the CF-31 GFE are in Appendix (B). The GINA GFE will be provided with the latest Operational Flight Program (OFP). Equipment Description Quantity GPS Inertial Navigation Assembly (GINA) 1 Panasonic Toughbook CF-31 9 FRPA-3 Antenna 1 2.2 Quality Assurance The Contractor shall have in place a production Quality Assurance (QA) system compliant with ISO 9001. This QA system shall be able to ensure that manufactured configuration items are built to print, functional, and reliably made in accordance with (IAW) controlling technical drawings, specifications and standards. Each item manufactured as part of this contract shall have passed a Government final inspection prior to DD-250. 2.3 Version Description Document (VDD) Contractor shall deliver a Software Version Description Document (VDD) per CDRL A001. 2.4 Government Inspection and Acceptance Defense Contract Management Agency (DCMA) shall oversee Inspection & Acceptance at origin. 2.5 Packaging, Preservation and Shipping Packaging and preservation for shipping shall be IAW best commercial practices for long term preservation. Shipments shall be packaged and transported (FOB Destination) via safe, secure, reliable, and traceable means of transportation and provide protection from normal climatic/weather conditions and incidental mishandling during shipping to prevent any damage or loss during shipment. All shipments under this contract shall be addressed to the NAWC Lakehurst Staging Facility as indicated below: NAVAIR Lakehurst SE Staging Facility NAWCAD Lakehurst, Route 547 Building 195/Hanger 6 Joint Base MDL, NJ 08733-5000 M/F: T-45 SE Attn: Willie Cusaac CODE 1.3.3.8 (732) 323-1922 All exterior shipping containers/packaging shall at a minimum be marked with the following information: Part Number; Nomenclature; Quantity; Serial number(s); Contract Number; National Stock Number; and Manufacturer's Name, Address, and CAGE Code. Deliveries shall be made 120 day ARO. There are no Friday deliveries. 3.0 WARRANTY Contractor shall provide warranty for a period of five years, except GFE, following the delivery of each unit. Warranty shall cover all parts and labor during that period and shall provide one (1) visit on site, per calendar year, for inspection of the system, installation of any software updates, or additional training that may be required. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements listed in the attached Requirements List. This documentation must address, at a minimum, the following: Company Name; Company Address; Cage Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; statement regarding capability If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. Respondents to this notice must also indicate whether they are 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. The capability statement package shall be sent by email to donna.kracinovich@navy.mil. Submissions must be received at the office cited no later than 4:00 p.m. Eastern Standard Time on 13 November 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0005/listing.html)
 
Record
SN04315814-W 20161030/161028234407-a3202456dfe5917914b82139f600cc4a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.