MODIFICATION
58 -- NAWC WOLF Tactical Air Navigation (TACAN) System
- Notice Date
- 4/14/2020 11:02:30 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-20-R-0203
- Response Due
- 4/21/2020 8:30:00 AM
- Archive Date
- 05/06/2020
- Point of Contact
- Lauren Clemmens, Phone: 7323232026
- E-Mail Address
-
lauren.clemmens1@navy.mil
(lauren.clemmens1@navy.mil)
- Description
- Request for Information: Tactical Air Navigation System (TACAN) � General Information: � Document Type: �������������������� �Request for Information N68335-20-R-0203 Classification (PSC) Code: � �5825 (Radio Navigation Equipment, Except Airborne) NAICS Code:���������������������������� 334511 (Search, Detection, Navigation, Guidance, �����Aeronautical, and Nautical System and Instrument Manufacturing) Contracting Office Address: Location: Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Patuxent River, MD Notice Type:� Sources Sought This is a Request for Information (RFI) only. This is not a Request for Proposal, a Request for Quotation, or Invitation for Bids. There is currently no solicitation package available. The NAWCAD WOLF Air Traffic Control and Landing Systems (ATC&LS) Division is designated as the In-Service Engineering Agent (ISEA) and the lead system integrator for Air Traffic Control (ATC) systems. The ATC&LS Division has been tasked by the U.S. Navy and Naval Air Traffic Management Systems Program Office (PMA-213) to provide engineering and logistics support to develop, install, upgrade and maintain TACAN systems used at shore sites, on ships and on expeditionary systems. � A requirement by the Government exists for technical, engineering, and logistical services for the TACAN System Fleet Support Team, which includes Engineering Change Proposal (ECP) efforts, through a five (5) year Basic Ordering Agreement. This effort is intended to procure supplies associated with TACAN systems upgrade, restoration, maintenance, and operational verification to return the system to a level of serviceability comparable to a new system. The purpose of this RFI is to identify potential offerors that are capable of providing technical, engineering, and logistical services, procuring supplies associated with TACAN system upgrades, restoring TACAN components to a level of serviceability, and maintaining TACAN components and systems. �This effort includes, but is not limited to: Procuring supplies and materials associated with TACAN system upgrades Procure, track, and maintain spares Restore or refurbish TACAN parts and components to a level of serviceability comparable to a new system Upgrade TACN systems, via Engineering Change Proposals Fault isolations Assembly and disassembly of TACAN parts Inspect, repair, and clean battle damage, crash damage, and environmental damage to the TACAN system. ADDITIONAL INFORMATION The Government anticipates issuing this order on a non-competitive basis to Moog, Inc. 2268 S 3270 W; Salt Lake City, UT 84119-1112.� The services and materials being procured under this BOA are integral to Moog who is the Original Equipment Manufacturer (OEM) of multiple TACAN components.� This equipment was used on systems that were developed to meet the Government specifications that only defined Form, Fit, and Function (F3) requirements at the system level. Additionally, Moog remains the only qualified source as they possess the resident technical expertise, facilities, special tooling necessary (test beds), and proprietary data to assemble and test TACAN systems and components. Under the prospective BOA, Moog, Inc will continue to support the necessary system components they designed and developed for TACAN.� THIS IS NOT AN INVITATION FOR COMPETITVE PROPOSALS: This acquisition is being pursued under the sole source basis under the statutory authority of 10 U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Unless stated herein, no additional information is available. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued.� If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.betasam.gov.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND HOW TO RESPOND:�� Please provide whitepapers, commercial pamphlets, or any other documentation that would describe the company's ability to meet the above requirements.� Please submit responses/questions to this Sources Sought/Request for Information, in writing, via e-mail to Lauren Clemmens at lauren.clemmens1@navy.mil. Responses are due no later than �April 2020, 3:00 P.M. EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cc0c555553cc46f0b85f79abdff27dfd/view)
- Record
- SN05620013-F 20200416/200414230150 (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 |