Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2018 FBO #5958
SOURCES SOUGHT

58 -- Request for Information / Sources Sought Notice for C-Band Radar Tracking Transponder

Notice Date
3/15/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-18-RFI-0033
 
Archive Date
4/28/2018
 
Point of Contact
Alison M Grosch,
 
E-Mail Address
alison.grosch@navy.mil
(alison.grosch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: The Naval Air Systems Command (NAVAIR) is surveying the marketplace for all interested parties, and is requesting information and comments from industry. NAVAIR Patuxent River, specifically PMA-208, is requesting vendor sources with the capability of producing the C-Band Radar Tracking Transponder in accordance with RCC 262-14 (June 2014) as tailored by Performance Specification PMA208-C-Band Transponder-17007 (08 Mar 2018). RELEVENT SPECIFICATIONS: Department Of Defense Range Commanders Council Standard 262-14 - C(G) - Band & X(I) - Band, Noncoherent Radar Transponder, Performance Specification Standard, which is publicly available. Naval Air Warfare Center Weapons Division PMA208-C-Band Transponder-17007- Performance Specification for the C-Band Radar Tracking Transponder. Available via request through the Contracts Specialist. REQUIREMENTS: This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned procurement of C-Band Radar Tracking Transponders. The C-Band Radar Tracking Transponder is a general purpose, precision C-band radar transponder used in various Developmental Testing and Operational Testing (DT/OT) events in support of multiple Acquisition Category (ACAT) I weapons programs. The transponder is applicable to precision tracking of aircraft, sounding rockets, space-launch vehicles, missiles, and target drones, both sea and airborne and is used primarily to support range safety functions. The C-Band Transponder possesses a high sensitivity superheterodyne receiver and transmitter suitable for use in both manned and unmanned vehicles. Additionally, the transponder is fully tunable over the 5.4 to 5.9 GHz range, while being quite small and lightweight, making it suitable for use in applications requiring small size with high power. It is anticipated that the Government will award a five year Indefinite Delivery/Indefinite Quantity (IDIQ) Fixed Price (FP) contract with a maximum ceiling of approximately 1,000 units. In addition to production units, it is anticipated there will be a requirement for First Article Test (FAT) units and associated documentation, and associated integrated logistics products and obsolescence engineering requirements. FAT units will be required 12 months after contract award. It is requested that interested parties submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the provided Performance Specification to determine potential market capability. Rough Order of Magnitude (ROM) pricing for the C-Band Transponder is also requested for planning purposes. Any other relevant information may also be submitted for consideration to aid in refinement of this requirement and determine acquisition strategy. The Performance Specification ( PMA208-C-Band Transponder-17007 ) is marked with Distribution Statement A, which is authorized for release to the general public. Please contact Ms. Alison Grosch, NAVAIR Contract Specialist, at alison.grosch@navy.mil to request a copy of the specifications. In order to receive a copy of the specifications, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor. Cage code status will be confirmed via the System for Award Management (SAM) at www.sam.gov. For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsd-gov/home.do. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing production of the C-Band Transponder described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. ELIGIBILITY: The PSC for this requirement is 5895; the NAICS is 334511, size standard 1,250 employees. All interested businesses are encouraged to respond. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements outlined above. This documentation must address, at a minimum, the following: Company Contact Information to include: Company Name, Company Address, Cage Code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company Profile to include: Number of employees and DUNS number; Identify whether product(s) offered are procurable under a General Services Administration (GSA) contract vehicle and identify the number of that contract, along with a Government POC and contact information. Statement regarding capability If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in the specifications. It is important to note the limitations on subcontracting, as indicated by FAR Clause 52.219-14. The capability statement package shall be sent via email to AIR- 2.4.3.3.4 NAVAIR Contracts, Ms. Alison Grosch at alison.grosch@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 13 April 2018. All interested parties must submit written responses, preferably via electronic mail. 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. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. 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. 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 Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-RFI-0033/listing.html)
 
Record
SN04856709-W 20180317/180315232423-c806c4db14f1ac2a3d1b16c1f097ec05 (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 |
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.