SOURCES SOUGHT
16 -- IRST Block II LRIP VIII Infrared Receiver (IRR), Inertial Measurement Unit (IMU), and Processor weapon replaceable assemblies (WRAs)
- Notice Date
- 5/4/2023 5:26:42 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-REPREQ-TPM265-0021
- Response Due
- 5/11/2023 12:00:00 PM
- Point of Contact
- Julie Gill, Phone: 3013427607, Jessica L. Guy-Dietrich, Phone: 3017573718
- E-Mail Address
-
julie.m.gill2.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil
(julie.m.gill2.civ@us.navy.mil, jessica.l.guy-dietrich.civ@us.navy.mil)
- Description
- 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. The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure F/A-18E/F Infrared Search and Track (IRST) Block II weapon replaceable assemblies (WRAs), that specifically include the Infrared Receiver (IRR), Inertial Measurement Unit (IMU) Adapter Assembly, and Processor that make up the complete the WRA.� The offeror must be capable of performing automated test procedures (ATPs) on these specific WRA�s and troubleshoot any issue(s) at its facility.� In addition, the offeror also may be required to provide logistic and sustainment support for the above WRA�s.� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small and or other than small business firms 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 sources sought. Any contract actions that the Government may intend to procure in the future will be synopsized on the Government wide Point of Entry (GPE) as applicable in accordance with FAR 5.201(b). SUBMISSION DETAILS Interested businesses shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. The capability statement package shall be sent via email to julie.m.gill2.civ@us.navy.mil.� Submissions must be received no later than 12:00 p.m. Eastern Standard Time on 11 May 2023. Questions or comments regarding this notice may be addressed julie.m.gill2.civ@us.navy.mil.� All responses shall include Company Name, Company Address, Company CAGE Code, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d80bdb5d10894b7492e1bc68844e4269/view)
- Place of Performance
- Address: Orlando, FL, USA
- Country: USA
- Country: USA
- Record
- SN06672982-F 20230506/230504230123 (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 |