SOURCES SOUGHT
53 -- Communications Systems Racks and Consoles
- Notice Date
- 3/27/2018
- Notice Type
- Sources Sought
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- 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
- N68335-18-RFI-0220
- Archive Date
- 4/17/2018
- Point of Contact
- Evanuel Hairston, Phone: 7323232094
- E-Mail Address
-
evanuel.hairston@navy.mil
(evanuel.hairston@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI Number: N68335-18-RFI-0220 Classification Code: 5342; Hardware, Weapon System NAICS Code(s): 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing Response date - 6 days Primary Point of Contact: Evanuel Hairston evanuel.hairston@navy.mil Phone: 732-323-2094 This Request For Information notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206-302-1(d). The Naval Air Warfare Center Aircraft Division, Ship & Air Integrated Warfare Division, AIR-4.11.3, is soliciting information and comments from industry on its ability to provide support for a three (3) year Indefinite Delivery Indefinite Quantity contract for the production and delivery of multiple Fire Scout Unmanned Aerial Vehicle (UAV) Mission Control Systems (MCSs), and United States Coast Guard Offshore Patrol Cutter (OPC-1), OPC-2, and National Security Cutter Midgett (Hull Number WMSL-757) shipboard communications systems racks and consoles described below: • A maximum of forty-three (43) EXCOMMS Racks (Part Number 100-CA-1834), consisting of metal framework, shock isolators, air filters, electromagnetic interference filters, and various other parts • A maximum of sixty (60) Equipment Cabinets in three (3) different configurations, (Part Numbers HRD-KA-1338, HRD-KA-1339, and HRD-KA-1340) • A maximum of 144 Install Kits, Sliding Shelf, in two (2) different configurations (Part Numbers K-6X037 and K-6X039) • A maximum of 120 Single Tier Razorbacks (Part Number 5003270) • A maximum of 240 Interface Mounting Plates (Part Number 5012063) • A maximum of 3,000 T-Nut 1/4-20 (Part Number K-5X002) Respondents shall provide items that meet the following requirements: • The racks and consoles shall be of aluminum construction • The racks and consoles shall have a chromate finish • The racks and consoles shall have no burrs • The racks and consoles shall support bonding and grounding IAW MIL-STD-1310 Due to the current state of development of the Fire Scout UAV MCS, testing results and certification to MIL-S-901D (Shock - Grade B, Class I/II, Deck Mounted, Unrestricted Orientation), MIL-STD-167 (Vibration), MIL-STD-461 (Electromagnetic Interference), MIL-STD-810 (Environmental) costs will be the responsibility of the potential contractor. 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. •· 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 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 and sent only to the contracts point of contact identified below. •· Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competition. All information received in response to the 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 in accordance with 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 RFP 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 Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. Interested parties are requested to submit responses in PDF Document Format via e-mail to Evanuel Hairston at evanuel.hairston@navy.mil. Responses are due no later than 2 April 2018, 1:00 P.M. EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-RFI-0220/listing.html)
- Record
- SN04868487-W 20180329/180327231738-e7e8029a8f5869e2de0a884b77d28319 (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 |