Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2022 SAM #7368
SOURCES SOUGHT

58 -- Deployable Flight Incident Recorder System (DFIRS)

Notice Date
1/31/2022 7:15:38 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-RFPREQ-TPM265-0050
 
Response Due
2/15/2022 9:00:00 AM
 
Point of Contact
Patrick H. Abell, Steven Preston
 
E-Mail Address
patrick.h.abell.civ@us.navy.mil, steven.j.preston.civ@us.navy.mil
(patrick.h.abell.civ@us.navy.mil, steven.j.preston.civ@us.navy.mil)
 
Description
DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to award orders to DRS Systems, Inc. under a Basic Ordering Agreement (BOA) for the Deployable Flight Incident Recorder System (DFIRS) Mid-Life Upgrade (MUP), a.k.a. Voice and Aircraft Data Recorder (VADR) for the F/A-18E/F and EA-18G Type/Model/Series (T/M/S) aircraft. The orders will include the procurement of a Life of Type buy for DFIRS MUP Memory Modules and production of DFIRS MUP B-Kit Weapon Replaceable Assemblies (WRAs), Data Bus Interface Unit (DBIU) and Deployable Flight Incident recorder Unit (DFIRU). THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services 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.�� � ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to begin September 2022. ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be Firm Fixed Price (FFP). PROGRAM BACKGROUND: The DFIRS MUP system is designed to address Search and Rescue Satellite Emergency Locator Transmitter beacon frequency obsolescence to fulfill the requirements specified in Engineering Change Proposal (ECP) ECP-MDC-F/A-18-06273.� The DFIRS MUP will be retrofit into USN F/A-18E/F and EA-18G aircraft, and Foreign Military Sales (FMS) aircraft. REQUIRED CAPABILITIES: Prospective contractors should take note that unlike standard commercial derivative crash-survivable VADRs, this specific DFIRS must be able to be deployed from the aircraft via Cartridge Actuated Device during a mishap, and must be able to survive terminal velocity ground impact as well as maintain flotation in the open ocean for an indefinite period of time in addition to other standard qualification requirements for military aircraft applications. DRS Technologies Canada Ltd. is the Original Equipment Manufacturer (OEM) of the F/A-18 DFIRS, and as such possesses the requisite technical data, knowledge, and special skills regarding the design and operation (including aircraft data collection and homing beacon) to meet the Navy�s requirements.� The contractor shall be responsible for obtaining, from DRS Technologies Canada Ltd., all manufacturing drawings and proprietary specification data necessary to support the production of a DFIRS. SUBMISSION DETAILS: Interested business shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to provide the supplies described herein; Documentation should be in bullet point format. The capability statement package shall be sent by email to Patrick Abell at patrick.h.abell.civ@us.navy.mil and Steven Preston at steven.j.preston.civ@us.navy.mil. Submissions must be received no later than 12:00 p.m. Eastern Standard Time on 15 February 2022. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Steven Preston or Contract Specialist, Patrick Abell at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f8375ea19a374b1d9629779878984aaa/view)
 
Record
SN06229143-F 20220202/220131230111 (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 |
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.