Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOURCES SOUGHT

K -- Magnetometers,

Notice Date
8/30/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-18-RFPREQ-PMA-209-0069
 
Archive Date
10/13/2017
 
Point of Contact
William D. Hines, Phone: 3017576740, Daniel L Chambers, Phone: (301) 757-4607
 
E-Mail Address
William.D.Hines@navy.mil, daniel.chambers@navy.mil
(William.D.Hines@navy.mil, daniel.chambers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR), in support of PMA209 Air Combat Electronics Program Office, is seeking information from the vendor community on Magnetometers, and associated engineering/logistics in support of the Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM) program's platform installations conducted by the Government. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services 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 announcement. The Magnetometer is a single WRA that provides aircraft magnetic heading information to the Common Electronic Standby Indicator (CESI). At a minimum, the magnetometer shall have the following general characteristics: •· Provide magnetic heading sensor information for use by the CESI •· Internal leveling •· RS-422 digital serial data input and output channels •· BIT and reporting capabilities Operating Software The Contractor shall deliver the Magnetometer with CNS/ATM developed operating software pre-installed. WARRANTY Engineering Investigations (EI) and Repair of Repairables (ROR); the contractor shall provide at a minimum a standard 12-month Commercial Warranty for the Magnetometer. The respective warranties for the unit shall provide for the repair or replacement of a failed unit. Failure is defined as a condition that prevents the unit from performing within its intended operation scope. The contractor shall repair or replace all warranted items and return them to the designated Government facility. REPAIR AND ENGINEERING SERVICES The contractor shall describe engineering and technical services available to support product engineering investigations. Describe long term repair capability to include standard repair and return time frames, throughput, and product upgrade cycle. Requiring Office The Maps and Sensor Team (MAST) (PMA209) is the acquisition program office conducting this market research. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (DoD) contractors. SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed under the required capabilities. This documentation must address, at a minimum, the following: • Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. • Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the product/services described herein: • Management approach to staffing this effort with qualified personnel. • Company's ability to begin performance upon contract award. • The type of work your company has performed in the past in support of the same or similar requirement. • Has your company managed a project of this nature? If so, please provide details. • Has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. • Specific technical skills your company possess which ensures capability to perform the work. • If you are a small business, provide an explanation of your company's ability to perform at least 51% of the product/services described in required capabilities. •1 Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. •1 Respondents 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. •1 The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this Request for Information (RFI.) The Government is also interested in lead-time and current stock level. Your response to this Sources Sought, including any capabilities statement package shall be electronically submitted via email to the Contract Specialist, William Hines at william.d.hines@navy.mil in either Microsoft Word or Portable Document Format (PDF). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-18-RFPREQ-PMA-209-0069/listing.html)
 
Place of Performance
Address: Building 2272, 47123 Buse Road Suite 350, Patuxent River,, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04655533-W 20170901/170830233314-b0e5d46b4f691cd0669fe902b7b14706 (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.