Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2022 SAM #7541
SOURCES SOUGHT

H -- F/A-18 Heads Up Display (HUD) and Digital Display Indicator (DDI) Factory Test Equipment

Notice Date
7/22/2022 7:32:37 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-23-RFPREQ-CPM209-0694
 
Response Due
8/8/2022 1:00:00 PM
 
Point of Contact
William D. Hines
 
E-Mail Address
william.d.hines30.civ@us.navy.mil
(william.d.hines30.civ@us.navy.mil)
 
Description
The Government has a requirement to replace the current Factory Test Equipment (FTE) required to perform depot level maintenance on the F/A-18 HUD, P/Ns 131000-19/49; and F/A-18 DDI, P/N 129000- 59. This RFI is being used to gather market research for NAWCAD to make decisions regarding the efforts for the production of replacement FTE stations. The stations shall have the capability to test both the F/A-18 HUD and DDI. NAWCAD will use the results of this RFI to determine current capabilities of industry to develop test stations that meet system requirements and can be used at the commercial repair facility.� This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that the NAWCAD will take procurement action in this matter.� Further, NAWCAD nor the Government will be responsible for any cost incurred in furnishing information.� Background� The current Factory Test Equipment (FTE) has been determined to be obsolete and requires modification. PMA209 is looking for solutions that can be quickly fielded to meet the testing needs and provide improved FTE availability and supportability. Requirement�� The Contractor shall provide program management, engineering, logistics, fabrication, inspection, production, of modified legacy Factory Test Equipment (FTE) requirements. Contract Type Considerations�� The Government anticipates issuing a single award; A Firm-Fixed-Priced contract. Responding to this RFI� Interested parties responding to this RFI must provide the following information: Company name Business size If the company is a small business, please identify any socio-economic category that may apply CAGE code Name of the primary point of contact for the response Email address Phone number All information received in response to the RFI may be marked �Proprietary�. �After all data has been reviewed, an e-mail response will be sent. �� RFI Questions: What is the company�s experience developing FTE for testing military HUD and DDI Factory Test Equipment? What is the company�s experience with the U.S. Navy Systems Engineering Technical Review (SETR) process? Has the company ever certified software systems to DISA Security Technical Implementation Guides (STIG)? What is the company�s experience in evaluating and validating software systems in accordance with the EAL4 or higher provisions of the NIAP Common Criteria Evaluation and Validation Scheme? What is the company�s experience in developing Test Program Set Documentation (TPSD)? What is the company�s experience in modifying COTS equipment to test military HUD and DDI Factory Test Equipment? What level of ISO certification is held by the company? The Government desires the delivery of all software, hardware and technical data, to include the identification of any and all items that may be considered proprietary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbfc95f21bc34b8ab351a1608be94da6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06399609-F 20220724/220722230116 (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.