Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2025 SAM #8621
SOURCES SOUGHT

58 -- Digital Interoperability Sources Sought

Notice Date
7/2/2025 2:08:06 PM
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-APM276-0279
 
Response Due
7/31/2025 1:00:00 PM
 
Archive Date
08/15/2025
 
Point of Contact
Cassia Fernandes, Phone: 2405261370, Jeanette MORONTA, Phone: 3019952821
 
E-Mail Address
cassia.n.fernandes.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil
(cassia.n.fernandes.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Description INTRODUCTION The Naval Air Systems Command (NAVAIR) is issuing this sources sought as a means of conducting market research to identify prospective parties who possess the expertise, capabilities, and experience to manufacture, procure, test and manage H-1 Digital Interoperability/Link-16 aircraft upgrade installation kits. Potential activities include: component procurement, manufacturing, assembly, kit production, supply chain management, Diminishing Manufacturing Sources Material Shortages (DMSMS) management, and Communications Security (COMSEC) management. The prospective contractor shall furnish complete and tested kits ready for installation in the AH-1Z and UH-1Y aircraft. The prospective contractor must have an active COMSEC account to be eligible for contract award. Foreign firms or U.S. companies determined to be under Foreign Ownership, Control, or Influence (FOCI) will not be permitted to participate. Contractors/Institutions responding to this market research are placed on notice that participation in this announcement may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this Sources Sought. DISCLAIMER THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND IS A MARKET RESEARCH TOOL BEING USED IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) SUBPART 15.2 TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A SOLICITATION. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. THE GOVERNMENT WILL NOT RETURN SUBMITTALS TO THE SENDER. RESPONDENTS TO THIS SOURCES SOUGHT MAY BE REQUESTED TO PROVIDE ADDITIONAL INFORMATION BASED ON THEIR INITIAL SUBMITTALS. REQUIRED CAPABILITIES The requirements under this effort are to manufacture, test and deliver Digital Interoperability kits for AH-1Z and UH-1Y helicopters from an approved Technical Data Package (TDP) consisting of both Contractor and Government Furnished Equipment. The TDP Bill of Material (BOM) will be available on request, provided requestor (contractor) meets the distribution requirements. All requests for the BOM or TDP will be made as described in the �response� section below. Kits consist of avionics Weapon Replaceable Assemblies (WRAs) and chassis, Radio Frequency (RF) components such as antennas and filters, wiring harnesses (including machine-over-braided harnesses), fabricated parts, installation hardware, and Commercial Off The Shelf (COTS) items. Management and experience with COMSEC equipment and keying material is required. Two test benches will be provided by the Government. One test bench for the A-kit and one for the B-kit. These two test benches will be re-assembled, operated, and maintained by the prospective contractor. The contractor is expected to be able to produce between 4 to 6 kits per month no later than 12 months after contract award (between 18-48 kits per year). All work performed by the Contractor shall be accomplished in accordance with applicable publications, technical directives, instructions, standards, and procedures contained in pertinent manuals utilizing blueprints, drawings or schematics as provided by the Government. applicable technical manuals, forms, publications, bulletins, directives, specifications, standards, and field procedures guides shall be utilized and will be provided. When a publication provided by the Government is subsequently revised, supplemented, replaced or rescinded, the Contractor, upon notification or receipt of it, shall comply. ANTICPATED PERIOD OF PERFORMANCE There is a potential for up to a seven-year contract. The anticipated contract award date is 2nd quarter of FY27 with First Article Test (FAT) units delivered in 2nd quarter of FY28. ANTICIPATED CONTRACT TYPE The Government intends the contract to be an Indefinite Delivery Indefinite Quantity (IDIQ) with Fixed Price Contract Line Item Numbers (CLINs). INSTRUCTIONS Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact (POC): CAGE Code: Unique Entity Identifier (UEI): Phone Number: E-mail Address: Web Page URL: Business Type: POC Phone Number: POC Email Address: Based on the referenced NAICS Code, state whether your company is: Small Business (Yes/ No) Woman Owned Small Business (Yes/ No) Small Disadvantaged Business (Yes/ No) 8(a) Certified (Yes/ No) HUB Zone Certified (Yes/ No) Veteran Owned Small Business (Yes/ No) Service Disabled Veteran Small Business (Yes/ No) System for Award Management (SAM) Registration (Yes/ No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). To Receive a Copy of the TDP BOM, please provide an email request with the Part I information to the person designated person(s) in the RESPONSES section. Part II. Capability Statement Questions 1. Demonstrate prior/current corporate experience performing Government efforts of similar size and scope to the tasking described under ""Required Capabilities"" within the last three (3) years, to include company's prior/current experience and demonstrated knowledge of performance analysis, process improvement and system safety. Include contract numbers, procuring agency, contract values, services provided, Government point of contact with current telephone number, and provide a brief description of how the referenced contracts relate to required capabilities. 2. Describe your management approach to staffing this effort with qualified personnel. 3. Describe your approach to meeting production schedule requirements for this effort with qualified personnel, equipment, and facilities. 4. Describe your approach to managing supply chain and DMSMS. 5. Detail what specific technical skills your company possesses which ensures capability to perform the tasks. 6. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. 7. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities, either individually or along with any combination of small businesses. 8. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 9. Detail the key labor categories and relevant experience of personnel in your company currently on staff that can produce, test and certify system components. 10. Detail whether your company holds a current AS9100 Certification with no exclusions and with the appropriate revision to include the specific categories for which you have certification. List any other manufacturing and quality system certifications. 11. If unable to meet anticipated schedule, provide specific areas that are preventing deliveries and provide recommended adjustments for consideration. RESPONSES Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Cassia Fernandes at cassia.n.fernandes.civ@us.navy.mil in either Microsoft Word or Portable Document Format (PDF), and should be no more than 10 pages in length, single spaced, 12-point font minimum. The deadline for response to this request is 4:00 p.m., Eastern Daylight Savings Time, July 31, 2025. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail to Cassia Fernandes at cassia.n.fernandes.civ@us.navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. Contracting Office Address NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION PATUXENT RIVER, MD 20670-5000 USA
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/42488a67bd6e4094afa1d546bfcbaca1/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07498045-F 20250704/250702230049 (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.