Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2020 SAM #6701
SOURCES SOUGHT

70 -- Standard Portable Electronic Maintenance Aid (PEMA) Cyber Solution (SPECS) Software Capability

Notice Date
4/2/2020 11:39:35 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-20-RFI-0188
 
Response Due
4/8/2020 9:00:00 AM
 
Archive Date
04/23/2020
 
Point of Contact
Stephen Winkler, Phone: 7323232971
 
E-Mail Address
stephen.winkler@navy.mil
(stephen.winkler@navy.mil)
 
Description
Request for Information Standard PEMA Cyber Solution Naval Air Systems Command Naval Air Warfare Center - Aircraft Division ______________________________________________________________________________ RFI Number:� N68335-20-RFI-0057 Classification Code:� 7030 � Information Technology Software NAICS Code(s):� 541330 � Engineering Services REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) � THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� 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 whatsoever.� Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals.� Responders are advised the U.S. Government will not pay 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.� 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.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� If a solicitation is released, it will be synopsized on the Beta SAM.gov website:� www.beta.sam.gov.� It is the potential vendor�s responsibility to monitor this site fort the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division Lakehurst requests information pertaining to the Portable Electronic Maintenance Aid (PEMA) program�s Standard PEMA Cyber Solution (SPECS) software capability.� NAVAIR�s Common Aviation Support Equipment program office (PMA260) provides unclassified portable maintenance aid capability (PEMAs) at O, I, and D level Fleet maintenance activities.� PEMAs host Interactive Electronic Technical Manuals (IETMs) and diagnostics software to assist maintenance, inspection, troubleshooting, and repair of Naval Aviation weapon systems.� As a turn-key operating system, the PEMA program also fields a Cyber Enhanced Aviation Logistics Environment (ALE) software solution known as SPECS.� The Government requests information on the availability of interested sources capable of performing cyber & maintenance service pack updates, upgrades, optimizations, and refinements to SPECS. �Familiarity and working employment of Configuration Management Distribution Software (CMDS) and Platform Re-configuration Execution and Preparation (PREP) enterprise software tools is necessary in support of the monthly updates. �It is anticipated that a solicitation resulting from this RFI, if any, will be to solicit production engineering support to PMA260 for the Cyber Enhanced ALE software.� Please provide documentation describing the interested source�s ability to meet these requirements. �Additionally, interested sources should include in their submission estimated price information relative to supporting SPECS Enhanced Cyber Solution as described. � 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 contractual 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 that meet all or a subset of the aforementioned attributes.� Reponses that include information detailing potential tradeoffs or alternative solutions is acceptable. List of existing Certifications and Standards If applicable and able, 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 service.� It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. Respondents should include a list of current customers and description of similar activity. Respondents are requested to provide their estimated time it would take to submit a proposal After Request for Proposal release. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail to the Contract Specialist, Stephen Winkler at stephen.winkler@navy.mil.� Proprietary information, if any, should be minimized and must be clearly marked.� Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation.� Responses are due no later than 5 days after posting. ��������������������������������������������������������������������������������������������������������������������������� Responses to this RFI will not be returned.� Respondents will not be notified of the result of the review.� If a solicitation is released, it will be synopsized on the Beta Sam.gov website: www.beta.sam.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ad3f335217eb41cb900825f2f555be12/view)
 
Record
SN05609275-F 20200404/200402230214 (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 |
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.