SOURCES SOUGHT
66 -- Joint Service Combat Electronic Systems Tester (JSECST) Mid-Life Upgrade (MLU) Kit, Combination Cases, and Upgrade Label Purchase
- Notice Date
- 2/1/2021 1:50:44 PM
- 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
- N68335-21-RFI-0087
- Response Due
- 2/26/2021 9:00:00 AM
- Archive Date
- 03/13/2021
- Point of Contact
- Kyle Welge, Phone: 7323232547
- E-Mail Address
-
kyle.welge@navy.mil
(kyle.welge@navy.mil)
- Description
- REQUEST FOR INFORMATION PURSUANT TO FAR 6.302-1(a) (2) (ii) (A) � 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 for the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks potential sources to purchase seven (7) Joint Service Combat Electronic Systems Tester (JSECST) Mid-Life Upgrade (MLU) kits (Part Number: 40469-40002-10).� This procurement action will provide the Government with an option to buy three (3) additional MLU kits (Part Number: 40469-40002-10) and ten (10) combination cases (Part Number: 37534-90000-1) with ten (10) upgrade labels (Part Number: 40469-40393-1).� Naval Aviation (Navy and Marine Corps) currently uses the AN/USM-670 and AN/USM-670A JSECST at the flight line for testing and troubleshooting Electronic Warfare and Communication Navigation Identification systems.� Currently, the Navy�s and Marine Corps� AN/USM-670 JSECST inventory is in the process of being upgraded by incorporating the MLU kit to convert the tester to the AN/USM-670A model.� The Navy and Marine Corps require a minimum of seven (7) additional MLU kits to complete the AN/USM-670 JSECST inventory conversion.� 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 outlined above.� This documentation must address, at a minimum, the following:� 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 or products that meet all or a subset of the aforementioned attributes.� Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Production Lead Times Unit Pricing Responses shall include current price list Responses shall include a Rough Order Magnitude to include pricing for 1 year Any available discounts Interested parties shall provide the Government with an affirmation that it can support fixed pricing of its JSECST solution for 1 year.� If it cannot support fixed pricing for 1 year, provide the length of time it is willing to support fixed pricing. NOTE: Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. List of existing Certifications and Standards Projected End of Life (EOL) Date Describe Warranty Options 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 solution.� 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 authorized distributors. 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 by email to BL34100 NAVAIR Contracts, Kyle Welge, at kyle.welge@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 26 February 2021. Proprietary information, if any, should be minimized and must be clearly marked.� Responses to this RFI will not be returned.� Respondents will not be notified of the result of the review.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5f38d92aa64b47f3ba5943b25f2d3b4b/view)
- Record
- SN05905389-F 20210203/210201230121 (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 |