Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2024 SAM #8166
SOURCES SOUGHT

58 -- COMMERCIAL 400-WATT C-BAND RADAR TRACKING TRANSPONDER (CRTT)

Notice Date
4/4/2024 7:57:43 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-WPM208-0083
 
Response Due
4/19/2024 1:30:00 PM
 
Archive Date
05/04/2024
 
Point of Contact
Samantha Lysaght, Tyler M. Summers
 
E-Mail Address
samantha.l.lysaght.civ@us.navy.mil, tyler.m.summers2.civ@us.navy.mil
(samantha.l.lysaght.civ@us.navy.mil, tyler.m.summers2.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), specifically PMA-208, is requesting information from industry for a commercial 400-watt C-Band Radar Tracking Transponder (CRTT) that can meet the RCC 262-14 (June 2014) and Performance Specification PMA208-C-Band Transponder-17007 Rev E (18 March 2024). RELEVENT SPECIFICATIONS: Department Of Defense Range Commanders Council Standard 262-14 - C(G) - Band & X(I) - Band, Noncoherent Radar Transponder, Performance Specification Standard (This is publicly available.) Naval Air Warfare Center Weapons Division PMA208-C-Band Transponder-17007- Performance Specification for the C-Band Radar Tracking Transponder. (This is available via request through the Contract Specialist, see below.) REQUIREMENTS: This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned commercial procurement of CRTT in accordance with FAR Part 12. The CRTT is used in various Developmental Testing and Operational Testing (DT/OT) events in support of multiple Acquisition Category (ACAT) I weapons programs. The CRTT is applicable to precision tracking of aircraft, sounding rockets, space-launch vehicles, missiles, and target drones, both sea and airborne and is used primarily to support range safety functions. The CRTT possesses a high sensitivity receiver and transmitter suitable for use in both manned and unmanned vehicles. Additionally, the transponder is fully tunable over the 5.4 to 5.9 GHz range, while being small and lightweight, making it suitable for use in applications requiring small size with high power. It is anticipated that the U.S Government will award a five year Indefinite Delivery/Indefinite Quantity (IDIQ) Firm Fixed Price (FFP) contract with a maximum ceiling of approximately 1,000 units. In addition to production units, it is anticipated there will be a requirement for First Article Units (FAUs) and associated documentation, and associated integrated logistics products and obsolescence engineering requirements. FAUs will be required 12 months after contract award. The Performance Specification (PMA208-C-Band Transponder-17007) is marked with Distribution Statement D, which is authorized for release to the Department of Defense (DOD) and U.S DOD Contractors only. Please contact Ms. Samantha Lysaght, NAVAIR Contract Specialist, at samantha.l.lysaght.civ@us.navy.mil to request a copy of the specification. In order to receive a copy, all vendors must provide the name of your company, mailing address, phone number, email address, current and active CAGE number to confirm their status as a U.S. Government contractor and a copy of a current and valid DD Form 2345, Military Critical Technical Data Agreement. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. To file a DD Form 2345, please visit the DLIS website at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program. Cage code status will be confirmed via the System for Award Management (SAM) at www.sam.gov. For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsd-gov/home.do. The documentation related to this requirement is export controlled. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing a commercial CRTT described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The U.S Government is not obligated to and will not pay for any information received from potential and eligible vendors as a result of this notice. ELIGIBILITY: The PSC for this requirement is 5895; the NAICS is 334511, size standard 1,350 employees. All interested businesses are encouraged to respond. SUBMITTAL INFORMATION: It is requested that interested parties submit the following to demonstrate the ability to meet the requirements outlined above: Technical literature on their products or solutions that meet the requirements as set forth in the provided Performance Specification to determine potential market capability, along with a capability statement (no more than 10 pages in length, single spaced, and 12 point font minimum). Technical literature shall also include: Company Name, Company Address, Cage Code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, e-mail address, Number of employees and UEI number. Information that their products or solutions have been determined commercial (e.g. Commercial Item Determination (CID) or SF 1449 (Solicitation/Contract/Order for Commercial Products and Services) (the 10 page limit is only applicable to the capability statement and additional information can exceed the limit). Rough Order of Magnitude (ROM) pricing for the CRTT (the 10 page limit is only applicable to the capability statement and additional information can exceed the limit). If applicable, documentation or information supporting a representation that a modification is minor and still meets the definition of a commercial product. As defined in FAR 2.101: �Minor modifications� means modifications that do not significantly alter the nongovernmental function or essential physical characteristics of an item or component, or change the purpose of a process. Factors to be considered in determining whether a modification is minor include the value and size of the modification and the comparative value and size of the final product. Dollar values and percentages may be used as guideposts, but are not conclusive evidence that a modification is minor (the 10 page limit is only applicable to the capability statement and additional information can exceed the limit). If applicable, identify a contract number, U.S Government POC and contact information if the product offered is procurable under a General Services Administration (GSA) contract vehicle (the 10 page limit is only applicable to the capability statement and additional information can exceed the limit). Any other relevant information may also be submitted for consideration to aid in refinement of this requirement and determine acquisition strategy (the 10 page limit is only applicable to the capability statement and additional information can exceed the limit). The capability statement package shall be sent via email to Ms. Samantha Lysaght, NAVAIR Contract Specialist, at samantha.l.lysaght.civ@us.navy.mil. Submissions must be received no later than 4:30PM Eastern Daylight Time on 19 April 2024. The Navy does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. While the Navy intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The U.S Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The U.S 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 U.S Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued. Information provided in no way binds the U.S Government to solicit or award a contract. If a solicitation is released, it will be posted within the Solicitation module within the procurement Integrated Enterprise Environment (PIEE), https://piee.eb.mil/ and will be posted on the System of Award Management (SAM) https://sam.gov/. It is the potential and eligible vendor�s responsibility to monitor this site for the release.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2998a851c70149a2b57f6a36982b98c9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07021067-F 20240406/240404230100 (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.