SOURCES SOUGHT
49 -- Armament Stores Management Subsystem Tester (AWM-103B) Engineering Change Proposal (ECP)
- Notice Date
- 7/23/2020 7:34:12 AM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833520RFI0354
- Response Due
- 8/23/2020 1:59:00 PM
- Archive Date
- 08/24/2020
- Point of Contact
- John C. Murtagh, Phone: 7323235283, David Andreoli, Phone: 7323235208
- E-Mail Address
-
john.c.murtagh@navy.mil, david.andreoli@navy.mil
(john.c.murtagh@navy.mil, david.andreoli@navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.��THERE IS NO SOLICITATION PACKAGE AVAILABLE.��The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks to identify potential sources for an Engineering Change Proposal to the AN/AWM-103 Stores Management Subsystem Test Set (SMSTS).��The AN/AWM-103 is an O-level Release & Control test set used by the USN and USMC to certify that an aircraft is both safe to load munitions and that it will provide the correct signals to release the weapons when commanded. Peculiar adapters are required to interface between the test set and the Unit Under Test (UUT). This Class I ECP upgrading and replacing the Electronics Unit subassembly will address component obsolescence and problematic failure modes. The internal memory and processor of the AN/AWM-103B is being replaced with current technology that will eliminate saturation performance issues and enable future capability integration. �The AWM-103 is categorized as Class 1 common support equipment, in accordance with MIL-PRF-28800F; i.e., equipment is designed for hostile operational environments where the environmental conditions are extremes of world climatic variation.� Examples include test equipment for use in the vicinity of aircraft in tracked and wheeled vehicles, or for typical above-deck applications aboard ship. The objective is to procure upgrade kits and installs to mitigate parts obsolescence in the existing system.��The ECP shall include, but not be limited to the following constraints: Technical: Engineering Change Proposal �1.�������The upgraded AWM-103C shall be capable of operating in a Class I environment, as defined by MIL-PRF-28800F.� The AWM-103C is to be used shipboard, above-deck and ashore on the flight line by O-level ordnance personnel.� The AWM-103C shall be fully operational on board ship in conditions up to Sea State III.� Operation of the AWM-103C shall not be impeded or degraded during periods of mildly inclement weather, including wind, light rain, and light snow. �2.�������The upgraded AWM-103 shall meet all technical requirements of the existing fielded system specification. �3.�������The AWM-103C ECP kit shall be a form-fit-function obsolescence upgrade that has no training or calibration impacts to the existing system, and that allows for continued sustainment of the system for a minimum of ten (10) years from the date of installation. Logistics: �1.�������System operation/maintenance is not to require any special tools �2.������� Logistics Support Package including but not limited to: ����� �a.��������Technical Manual ���� �b.�������Logistics Management Information ���� �c.��������Provisioning Technical Documentation ���� �d.�������Calibration Documentation Interested companies are requested to provide information on products/services similar in scope and effort.��Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, training descriptions/materials, warranty information, testing documentation, brochures and/or any other documentation that describes their capability to design, develop, manufacture and support an effort of the type described herein. In addition, it is requested that respondents identify government and/or commercial customers to whom same or similar equipment and logistics support packages have been delivered.��Provide customer points of contact, including a telephone number, e-mail address/web site, quantities sold along with dates sold, and a description of the unit(s). This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute a request for proposal.��This announcement is not a formal solicitation and is not a request for proposal.��No contract will be awarded from this announcement.��Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the government.��No reimbursement will be made of any costs to provide information in response to this announcement or any follow-up information requests.��Availability of any formal solicitation will be announced under a separate Commerce Business Daily announcement.� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Interested sources should provide the information and related data to John Murtagh by email at john.c.murtagh@navy.mil, no later than 30 days 4:59pm EST (with the preference being sooner) after the post date of this RFI. All information sent should reference this RFI number on the subject response line of the emailed response as well as on all enclosed documents. Responses must include the company name, address, point of contact name and email/phone, and company size. Proprietary data MUST be marked on a page-by-page basis and will be kept confidential and protected where so designated. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. Respondents may provide information and Rough Orders of Magnitude (ROM) on any currently available product or a company's' capabilities that will meet the Navy's needs.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7bc4d63f790540009d2f3fe966f880ec/view)
- Record
- SN05732252-F 20200725/200723230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |