MODIFICATION
15 -- C-2A Anti-Lock Brake System
- Notice Date
- 2/25/2016
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-16-P2-PMA-231-0123
- Archive Date
- 1/12/2016
- Point of Contact
- Robin Best, Phone: 3017575914, Selinda Joyner, Phone: (301) 342-3396
- E-Mail Address
-
robin.best@navy.mil, selinda.joyner@navy.mil
(robin.best@navy.mil, selinda.joyner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Anti-Lock Brake System (N00019-16-P2-PMA-231-0123) 25 February 2016 Revised Sources Sought Notice This Sources Sought Notice replaces the notice posted on December 10, 2015. Interested firms are advised to disregard the December 10, 2015, notice and refer to this notice instead. The Naval Air Systems Command (NAVAIR) and the PMA 231 E-2/C-2 Airborne Tactical Data System program office are seeking eligible firms capable of providing a NAVAIR qualified Anti-skid Brake System (ABS) for the C-2A aircraft. NAVAIR requires a system qualified for use in a C-2A by August 2016 that includes a control unit, cockpit control panel, anti-skid assemblies, and any other necessary equipment. The firm that provides this requirement must be capable of providing engineering and logistics support during installation of the ABS unique components. Additionally, the firm must have the ability to modify ABS logic software to optimize the system for the C-2A operational envelope. Installation of the ABS into the C-2A aircraft is not included in this sources sought. The firm must be familiar with the C-2A aircraft and understand any installation limitations including clearances, weight restrictions, vibration issues, and structural requirements. The firm must have a detailed understanding of the C-2A ABS to support correction of any deficiencies identified during test or after the system is fielded. The firm must be able to provide detailed troubleshooting procedures for the C-2A ABS including interpretation of BIT, and any internal system diagnostics. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This Sources Sought is for "information and planning purposes only" and is issued in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. Furthermore, no solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought or any follow-on information requests, and responses to this notice cannot be accepted as offers. Acknowledgements of receipt will not be made. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this Sources Sought that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This Sources Sought is the initiation of market research under Part 10 of the FAR, and is not a Request for Proposals (RFP). However, the information from the vendor responses may be used in formulating requirements for a RFP. NAVAIR requests that interested firm submit a brief to NAVAIR contracts (AIR 2.2.2.2). The brief should include a capabilities statement package that (1) provides the proposed ABS's capabilities, including product description, operational description, allocated subsystem performance and design, system interfaces, interdependencies and input signal management between the ABS and other aircraft systems, and installation overview; and (2) confirms that the system will be qualified for use in a C-2A by August 2016. The brief shall be in Microsoft® Office or compatible format document in no more than ten single-sided, single-spaced pages, 12-point, Time New Roman font, using a minimum of one-inch margins. Responses to this Sources Sought are requested by 11 March 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-16-P2-PMA-231-0123/listing.html)
- Record
- SN04031044-W 20160227/160225234645-a1d15ae9eb40bc948a5f5fd26b30599a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |