Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 01, 2024 SAM #8283
SOURCES SOUGHT

70 -- E2D Combined Data Loader (ECDL)

Notice Date
7/30/2024 12:45:33 PM
 
Notice Type
Sources Sought
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N68335-24-RFI-0653
 
Response Due
8/5/2024 9:00:00 AM
 
Archive Date
08/20/2024
 
Point of Contact
DESIREE, Phone: 7323232155
 
E-Mail Address
desiree.i.pendleton.civ@us.navy.mil
(desiree.i.pendleton.civ@us.navy.mil)
 
Description
Request for Information E-2 Advanced Hawkeye Combined Data Loader (ECDL) Production The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is soliciting information and comments from industry and other interested parties. NAWCAD Lakehurst is requesting vendor sources with the capability of delivering thirty-seven (37) E-2 Combined Data Loader (ECDL), Part Number 4094AS0100-1 and Level 3 Technical Drawing Package. This standalone loader interfaces with the Ampex Removable Storage Media (RSM) P/N 2869905-010 & 2869920-010 and Ampex Compact Removable Storage Media (CRSM) P/N 2269204-010.� The ECDL is required for E-2D Advanced Hawkeye (AHE) off aircraft usage and Level 3 TDP.� The ECDL consists of a ruggedized transit case part number 4094AS0101-1, RSM/CRSM Interface Device part number 2820250-010, power cord part number 11-00015 and USB 3.0 Cable part number CA3A-90RB-1M. This requirement is in support of the US Navy, FMS France FR-P-LHW, and FMS JASDF JA-P-SCQ E-2D AHE Platforms THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA TO ALLOW FOR A COMPETITIVE PROCUREMENT. The Government is seeking industry input to assist in identifying features and approaches to meet the general requirements described above.� Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI.� THIS IS A REQUEST FOR INFORMATION ONLY.� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �INTERESTED SOURCES SHOULD PROVIDE THE FOLLOWING INFORMATION: - Company description (company size, cage code) - Company Point of Contact (name email/phone) - Manufacturing capabilities, including examples and photographs of manufactured items. - Relevant history manufacturing similar parts and utilizing similar processes. - Rough Order of Magnitude (ROM) on any currently available product or capability that � will meet the Navy requirements. - Provide all applicable federal standards, policies, and regulations met. - Provide Quality Assurance systems in place, certifications, capabilities, and qualifications. - Provide any additional information that will assist in understanding responses to this RFI. All interested parties must submit written responses, preferably via electronic mail to Desiree Pendleton, desiree.i.pendleton.civ@us.navy.mil no later than five (5) days after the post date of this RFI. The Navy does not intend to award a contract on the basis of this request 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 Navy will not use any information provided to level your company's approach relative to another competitor. Proprietary data MUST be marked PROPRIETARY on a page-by-page basis and will be kept confidential and protected where so designated. The Navy 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 Navy 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. Any comments provided may or may not be included in a formal solicitation. Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the BetaSam website: https://beta.sam.gov. It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa0fa90cc3b141bcab15a2eb92b8825e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07149620-F 20240801/240730230125 (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.