SOLICITATION NOTICE
16 -- Deployable Flight Incident Recorder (DFIR)
- Notice Date
- 1/6/2020 11:46:39 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-RFPREQ-PMA-265-0016
- Response Due
- 1/21/2020 2:00:00 PM
- Archive Date
- 01/21/2020
- Point of Contact
- Stephanie A Thomas, Contracts Specialist, Benjamin J. Hansford, NAVAIR Contracting Officer
- E-Mail Address
-
stephanie.a.thomas@navy.mil, benjamin.hansford@navy.mil
(stephanie.a.thomas@navy.mil, benjamin.hansford@navy.mil)
- Description
- Request for Information (RFI) The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to design, develop and manufacture a Deployable Flight Incident Recorder (DFIR), a.k.a. Voice and Aircraft Data Recorder (VADR) for the F/A-18E/F and EA-18G Type/Model/Series (T/M/S) aircraft.� Prospective contractors should take note that unlike standard commercial derivative crash-survivable VADRs, this specific DFIR must be able to be deployed from the aircraft via Cartridge Actuated Device during a mishap, and must be able to survive terminal velocity ground impact as well as maintain flotation in the open ocean for an indefinite period of time in addition to other standard qualification requirements for military aircraft applications. The Boeing Company is the aircraft manufacturer of the F/A-18E/F and EA-18G, performed the integration engineering of the current DFIR into the F/A-18E/F and EA-18G, and as such possesses the requisite technical data, knowledge, and special skills regarding the DFIR aircraft integration to meet the Navy's requirements. DRS Leonardo (Canada) is the Original Equipment Manufacturer of the F/A-18 DFIR, and as such possesses the requisite technical data, knowledge, and special skills regarding the design and operation (including aircraft data collection and homing beacon) to meet the Navy�s requirements.� The contractor shall be responsible for obtaining, from Boeing and or DRS Leonardo, all manufacturing drawings and proprietary specification data necessary to support the production of a DFIR. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent�s ability to meet the requirements as specified herein, including the delivery schedule requirements.� The Government is interested in receiving vendors� commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. �Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. �If a solicitation is released, it will be synopsized on the System for Award Management Beta (Beta.SAM) website: www.beta.sam.gov. It is the potential offeror�s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 5:00 PM EST, 21 January 2020. Responses shall be submitted electronically to the designated Contract Specialist, Stephanie Thomas, in Microsoft Word format or Portable Document Format (PDF) at the following email address: stephanie.a.thomas@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/401520e83a654c9891500b623476ab92/view)
- Record
- SN05527282-F 20200108/200106230128 (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 |