Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

AN/SPN-46 6U VME64X Subrack Power Supply Assemblies

Process Number N6833522RFI0060

USA

Dates:


Notice ID:

N6833522RFI0060

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVAIR WARFARE CTR AIRCRAFT DIV

Office:

NAVAIR WARFARE CTR AIRCRAFT DIV

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

nov 24, 2021 01:00 pm est

Inactive Policy:

15 days after response date

Original Inactive Date:

dec 09, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

6130 - converters, electrical, nonrotating

NAICS Code:

334511 - search, detection, navigation, guidance, aeronautical, and nautical system and instrument manufacturing

Description:


Original Set Aside:

PSC Code: 6130 (Converters, Electrical, Nonrotating) NAICS Code: 334511 – Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Air Traffic Control & Landing Systems (ATC&LS) Division (AD-4.11.7) is soliciting information and comments from industry on its ability to provide Power Supply Assemblies (PSA) for the AN/SPN-46 Automatic Carrier Landing System (ACLS). The PSA shall conform to the Government’s specification. Additionally, proof that the PSA can meet the specification shall be provided via certified test reports along with the delivery of 2 Engineering Development Models within 12 months of a contract award. This RFI is issued as part of a procurement strategy for the ACLS requirement. It is the Government’s intent to establish a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ). Companies may request a copy of the specification referenced above. This request shall be made in writing by email to Tim Caracciolo at Timothy.j.Caracciolo.civ@us.navy.mil and must be accompanied by the company’s certified copy of DD Form 2345, Military Critical Technical Data Agreement. The specification will be provided upon receipt and verification of the approved DD Form 2345. 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). 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 aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. If applicable, 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. Include a sponsor Point of Contact (POC) for each program, with email address and phone number. 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 The Government is seeking industry input to assist in identifying components that might meet the 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. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not count as part of the page count. 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 as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this 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. Proprietary information will be safeguarded IAW the applicable 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 solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management website: sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within five (9) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 24 November 2021 to Tim Caracciolo at Timothy.j.Caracciolo.civ@us.navy.mil.

Attachments / Links:


Document Size Updated date Download

Contact Information:


LKE. JB MDL BLDG 271 HIGHWAY 547

JOINT BASE MDL , NJ 08733

USA

Primary Point of Contacts:

Tim Caracciolo