SOURCES SOUGHT
58 -- T-45 Goshawk Automatic Dependent Surveillance
- Notice Date
- 1/14/2020 10:58:26 AM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833520R0097
- Response Due
- 1/29/2020 2:00:00 PM
- Archive Date
- 02/13/2020
- Point of Contact
- William Waterhouse, Phone: 7323232243
- E-Mail Address
-
william.waterhouse@navy.mil
(william.waterhouse@navy.mil)
- Description
- T-45 Goshawk Automatic Dependent Surveillance � Broadcast Out �APX-119 Transponder and Digital Control Panel Test Requirements Document 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 Contract for acquisition of T-45 Goshawk APX-119 Transponder and Digital Control Panel Test Requirements Documents.� 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 Support Equipment 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 is 5841; the NAICS is 334515 with a size standard of 750 employees.� All interested businesses are encouraged to respond.� � REQUIREMENTS Description of Supplies/Services � The Government requests the Contractor to submit a formal Firm-Fixed Price (FFP) proposal for the delivery of Test Requirements Documents (TRDs) and Technical Data for the APX-119 IFF (part number 4079100-0536) and the DCP (part number 4087561-0502). The Government requests a TRD deliverable no later than six (6) months after contract award.� The Government also requests additional follow on tasking for three (3) years, year-by-year, optional Level of Effort (LOE) engineering support. These items will provide the information necessary to deliver Operational Test Program Set (OTPS) for the U.S. NAVY.� The Contractor shall provide avionics source data required for future acquisition of Operational Test Program Sets (OTPS).� The principal objective is to accumulate and assess the adequacy of avionics data for the delivery of T&C TPSs.� Avionics data will consist of a TRD for each of the ADS-B OUT avionic Units Under Test (UUT) described above. A contract option for three (3) Personality Modules (PM) part number 4088953-0501 is required for the DCP operation on eCASS in the I-Level shops. See attached Statement of Work. 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 meet the requirements as described in the preceding paragraph.� 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 via mail to William Waterhouse, Contract Specialist at william.waterhouse@navy.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b4c3bd52a5184941bc999f344197fb0b/view)
- Record
- SN05534774-F 20200116/200114230139 (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 |