Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 12, 2018 FBO #5984
SOURCES SOUGHT

58 -- Instrument Landing System

Notice Date
4/10/2018
 
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, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-18-R-0234
 
Archive Date
5/1/2018
 
Point of Contact
Michael Miller,
 
E-Mail Address
michael.t.miller7@navy.mil
(michael.t.miller7@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206-302-1(d). The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst intends to establish a five (5) year Basic Ordering Agreement (BOA) and issue orders on a non-competitive basis to Selex ES, Incorporated (Selex). This BOA is intended to procure components, subassemblies, and support services of the Selex Series 2100 ILS for NAWCAD Air Traffic Control Division, AD-4.11.7. Background The ILS is an all-weather precision approach system that provides pilots with precise guidance information during the final approach phase of flight. The ILS will be used in conjunction with other airport Air Traffic Control (ATC) equipment to provide a complete Ground Control Approach capability for Department of the Navy and other military and civilian aircraft. Selex is the sole designer, developer, and manufacturer of the Series 2100 ILS equipment and will be providing Original Equipment Manufacturer support services for the In Service Engineering Activity during this critical installation period. Requirement A requirement by AD-4.11.7 exists for engineering, technical, and installation support; training; and the procurement of hardware, software components, spares, and repair equipment to ensure the Series 2100 ILS are installed and initially supported. ADDITIONAL INFORMATION This Request for Information (RFI) is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. While the Government 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 Government will not use any information provided to level your approach relative to another competition. All information received in response to the 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 in accordance with 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 RFP 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 Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below. Interested parties are requested to submit responses in PDF Document Format via e-mail to Michael Miller at michael.t.miller7@navy.mil. Responses are due no later than 16 April 2018, 1:00 P.M. EDT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0234/listing.html)
 
Record
SN04884892-W 20180412/180410231055-5d62e998486db2aec6352215757e6637 (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.