SOURCES SOUGHT
16 -- ECP 6516 Advanced Cockpit System Upgrade
- Notice Date
- 9/12/2018
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- N00019-20-RFPREQ-PMA-265-0065
- Archive Date
- 10/12/2018
- Point of Contact
- Stephanie A Thomas, , Benjamin Hansford,
- E-Mail Address
-
stephanie.a.thomas@navy.mil, benjamin.hansford@navy.mil
(stephanie.a.thomas@navy.mil, benjamin.hansford@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to successfully upgrade to the Advanced Cockpit System (ACS) into F/A-18E/F/G aircraft. The ACS installs a 10x19 Large Area Display (LAD) into the forward and aft cockpits of F/A-18E/F and E/A-18G aircraft. The ACS LAD replaces the 5x5 forward and aft Advanced Multipurpose Displays, the 8x10 aft Advanced Multipurpose Display, the Upfront Control Display Replacement, and the Multipurpose Color Display Replacement. To accommodate the LAD, the Head Up Display (HUD) and MARS HUD camera will be replaced with a Low Profile Head Up Display (LPHUD) and new configuration HUD camera, and the Engine Fuel Display/Replacement (EFD/EFDR) will be replaced with a Low Profile Engine Fuel Display (LPEFD). The Standby Display/Repeater (RSD/RSDR) will be added to aircraft that do not already have it incorporated. The High Speed Video Network (HSVN) Digital Video Recorder (HDVR) is a required prerequisite equipment for the ACS. The ACS is part of the overall Block III upgrade. The contractor shall be responsible for obtaining, from The Boeing Company, all manufacturing drawings and proprietary specification data necessary to support the ACS upgrade. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent's ability to meet the requirements as specified herein, including the delivery schedule requirements. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and 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 (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 3:30 PM EST, 27 September 2018. Responses shall be submitted electronically to the designated Contract Specialist, Stephanie Thomas, in Microsoft Word format or Portable Document Format (PDF) at the following email address: Stephanie.a.thomas@navy.mil. Please submit any questions regarding this synopsis to Stephanie Thomas via e-mail to Stephanie.a.thomas@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 this sources sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-20-RFPREQ-PMA-265-0065/listing.html)
- Place of Performance
- Address: St. Louis, Missouri, United States
- Record
- SN05086442-W 20180914/180912231332-e9d410c2ecdd3a9c89382da58c612fa1 (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 |