SOURCES SOUGHT
58 -- Maritime Surveillance Synthetic Aperture Radio Detection and Ranging (RADAR) Systems
- Notice Date
- 4/25/2024 10:45:23 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 JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-24-RFI-0171
- Response Due
- 5/2/2024 2:00:00 PM
- Archive Date
- 05/17/2024
- Point of Contact
- Clement Slavick, Phone: 2405722429
- E-Mail Address
-
clement.m.slavick.civ@us.navy.mil
(clement.m.slavick.civ@us.navy.mil)
- Description
- Request for Information (RFI) Maritime Surveillance Synthetic Aperture Radio Detection and Ranging (RADAR) Systems Naval Air Warfare Center Aircraft Division Lakehurst NAVAIR SYSCOM Security Cooperation Office (SSCO) RFI Number: N68335-24-RFI-0171 Classification Code: 5841 NAICS Code: 334511 Request for Information PURSUANT TO FAR 15.201(e) - 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 that the U.S. 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 interested party�s expense. �Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. 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. Background/Purpose/Technical Requirements The NAVAIR SSCO, Non-Program of Record (NPOR) office is soliciting information and comments from industry on its ability to provide two (2) non-development or Commercial Off the Shelf (COTS) Maritime Surveillance Synthetic Aperture Radio Detection and Ranging (RADAR) systems including installation and technical assistance in support of the Navy of Republic of Ecuador. The RADAR systems will be installed on two CASA CN-235 aircraft of the Aero Maritime Exploration Squadron in Manta, Ecuador. The new RADAR systems will be installed on the CN-235s to conduct aero-maritime exploration and interdiction. The aircraft currently operate to control illicit activities, illegal unregulated and unreported fishing, anti-drug trafficking operations, and search and rescue operations along the Ecuadorian coast. The acquisition will be procured through the Foreign Military Sales (FMS) process. RESPONSES Requested Information 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 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). Country of origin for main component(s) 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 subset attributes.� Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents should provide a detailed description of the following characteristics of their solution in their submission: Product specification, sketches, or listings of authorized distributors are not to count as part of the page count.� List of Certifications/Standards/Compliances (Military Standards, etc.) Operation RADAR system should be capable of scanning 360? with a range up-to 200NM. � Respondents should identify if the proposed RADAR system utilizes Active Electronically Scanned Arrays (AESA). Low Size, Weight and Power (SWaP) systems as direct replacement for currently installed systems is preferred.� � Identify the frequency band utilized for the RADAR system. Features RADAR system should have standard interface capabilities, i.e. RS 422, ARINC 429, ARINC 708, 1553 data buss. RADAR System should be open architecture with options allowing for integration into existing mission system and flight station displays. � System should have high reliability and availability rates; respondents should provide anticipated Mean Time Between Failure (MTBF) rates. � �Operational modes: Maritime Surface Surveillance, Strip and Spot SAR ground Mapping. High resolution, wide area ground mapping. Moving Target Detection. Navigation, land mass discrimination, weather detection, turbulence Beacon detection, Search and Rescue Transponder (SART). Track identification, Automatic Information System (AIS), Inverse Synthetic Aperture Radar (ISAR). �� Small Target Detection Exportable to the country of Ecuador. Respondents should provide information on potential installation and integration efforts to include an airworthiness certification approach acceptable to the Government of Ecuador. Describe technical data including, but not limited to design, Interface Control Documents (ICDs), installation instructions, testing processes, etc. �� Include any previous installation and certification experience on the CN-235 platform to include previously developed certification data. Describe any potential sub-contractor relationships related to installation, integration and certification. If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) 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. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI.� Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail.� Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.� The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s).� The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.� Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly.� The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified.� Responses to this RFI may not be returned.� Respondents may not be notified of the result of the review.� Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.� Information provided in no way binds the government to solicit or award a contract.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format.� Responses shall be limited to 10 pages and submitted via e-mail only to clement.m.slavick.civ@us.navy.mil.� Proprietary information, if any, should be minimized and must be clearly marked.� Responses are due no later than 02 May 2024, 5:00 P.M. EST. Responses to this RFI may not be returned. �Respondents may not be notified of the result of the review.� It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/49d6ad15b60e4631809a0661523946b8/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08733, USA
- Zip Code: 08733
- Country: USA
- Zip Code: 08733
- Record
- SN07043586-F 20240427/240425230050 (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 |