SOURCES SOUGHT
16 -- Request for Information (RFI) for the circuitry redesign of the Digital Signal Processor (DSP) Inverter in support of PMA-276
- Notice Date
- 8/31/2023 9:47:15 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-23-RFPREQ-APM276-0267
- Response Due
- 9/15/2023 2:00:00 PM
- Archive Date
- 09/30/2023
- Point of Contact
- Jeanette Moronta (PCO), Phone: 3019952821, Rachel Moreau
- E-Mail Address
-
jeanette.p.moronta.civ@us.navy.mil, rachel.e.moreau.civ@us.navy.mil
(jeanette.p.moronta.civ@us.navy.mil, rachel.e.moreau.civ@us.navy.mil)
- Description
- DISCLAIMER 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 A RFP IN THE FUTURE.� THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS.� RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI.� ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY.� NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED.� IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE SAM.GOV WEBSITE.� IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFEROR(S) TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. 1.0 INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of the H-1 Program Office (PMA-276), intends to negotiate and award a modification to the existing Firm-Fixed Price (FFP) DSP Inverter contract, N0001920C0044.� This contract was previously competed and awarded to Mercury Mission Systems, LLC (Mercury). �This modification will include nonrecurring engineering (NRE) to correct the circuitry of the DSP Inverter. Mercury is the sole designer, developer, and manufacturer with the intricate knowledge of the upgraded DSP Inverter currently in development.� The Government does not have rights in the technical data required to support competition for this modification.� As such, NAVAIR has determined Mercury is the only responsible source capable of meeting the Government�s minimum needs. 2.0 REQUIRED CAPABILITIES The Contractor shall provide all personnel, facilities, materials and other resources necessary to perform the tasks specified. �Tasks include, but are not limited to, modifying circuitry to provide correct discrete outputs in the upgraded DSP Inverter. � The modification intent is to adjust the circuitry of the upgraded DSP Inverter so that the outputs align with the aircraft�s warning, caution, advisory (WCA) systems. 3.0 REQUESTED INFORMATION Responsible sources may submit a Letter of Intent (LOI) and a concept summary, which contains a detailed description of the effort(s) described in paragraph 2.0 written from a system solution perspective and outlines development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist. �Prospective offerors should explain how they are able to work with the Government and the aircraft manufacturer to integrate the aforementioned efforts into the H-1 program. Each concept summary should address how the proposed efforts meet the following requirements: Description of the specific effort described in paragraph 2.0 with a listing of applicable FAR/DFARS clauses. Demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Highlight unique data generation techniques used by your company, and areas where modifications can be performed without technical data provided by the Government or OEM.� 4.0 ELIGIBILITY The PSC for this requirement is 1680, Miscellaneous Aircraft Accessories and Components.� The NAICS is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, with a small business size standard of 1,250 people. 5.0 RESPONSES Data Markings. �In order to complete its review, NAVAIR must be able to share an interested respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data � Noncommercial Items (FEB 2014). �Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. �All submissions (both the Letter in Intent (LOI) and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. �The Government will not reimburse any costs incurred to prepare responses to this notice. International Traffic in Arms Regulations (ITAR). �If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Letter of Intent (LOI), not to exceed twenty single-spaced pages, to Rachel Moreau (rachel.e.moreau.civ@us.navy.mil) no later than 5:00 PM Eastern Standard Time (EST) 15 September 2023. �The LOI shall include the following information to verify credentials (do not submit classified information): An UNCLASSIFIED description of the specific effort solution CAGE code and Classified Mailing Address POC the receive additional information or clarification POC to permit NAVAIR to obtain additional data to support analysis Describe your company�s ability to manage and secure up to SECRET information. Record of Receipt. �Responding parties must submit a record of receipt of the classified information, to Rachel Moreau (rachel.e.moreau.civ@us.navy.mil) by 4:30 PM EST 15 September 2023. Full Response Submissions. �Full response submissions to the above requested supporting unclassified data must be received no later than 4:30 PM EST 15 September 2023 to Rachel Moreau (rachel.e.moreau.civ@us.navy.mil) It is requested that the response, regardless of its classification level have a page limit of 25 pages, and must be in English. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. Classified information (up to SECRET) shall be in compliance with current DoD directives and procedures (i.e. DOD 5200.22-M, SECNAV M-5510.36, DOD 5200.01). Any unclassified questions regarding this RFI can be directed to Rachel Moreau (rachel.e.moreau.civ@us.navy.mil).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/839a6f216b2e4937995852b906c2ca81/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06815968-F 20230902/230831230107 (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 |