Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2024 SAM #8101
SOURCES SOUGHT

58 -- P-8A Identification Friend Foe Interrogator (IFFI)

Notice Date
1/30/2024 9:38:13 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
N00019-23-RFPREQ-APM290-0821
 
Response Due
2/21/2024 9:00:00 AM
 
Archive Date
03/07/2024
 
Point of Contact
Chris Turner
 
E-Mail Address
christopher.m.turner69.civ@us.navy.mil
(christopher.m.turner69.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information on capability of development and manufacturing of the AN/UPX-43(V)1 Identification Friend Foe Interrogator (IFFI) shipset and IFFI tray; providing the requisite knowledge and engineering support, as well as adding Passive Mode S (ADS-B) and Mode 5 Level 2B capabilities for the P-8A platform. �This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities. Telephonics Corporation is the sole designer, developer, and manufacturer of the AN/UPX-43(V)1 Shipset for use in the P-8A.� As the Original Equipment Manufacturer of the AN/UPX-43(V)1 IFFI and associated IFFI tray. NAVAIR plans to award a base year of approximately seventeen (17) shipsets and two (2) options which each would have up-to approximately fifteen (15) shipsets per year. The AN/UPX-43(V)1s are expected to be manufactured and delivered between FY26 and FY28. SUBMISSION DETAILS: Interested parties may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status Technical Data:� This is Telephonics proprietary data and not owned by the government. Software source code will not be provided and it provides the Track While Scan (TWS) feature. The Rack E870 mounting information may be provided. �It would be simple to develop a mounting tray to adapt another vendor�s interrogator to Rack E870. �Other resources are available. The MCDS-IFFI IDD, that mentions the TWS feature, may be provided. The IFFI to Aircraft System ICD may be provided. Any references to Telephonics or the UPX-43 would be redacted. Details on the electrical requirements for the wiring bundle will have to be provided. Interface connections to interrogators are not standardized. Execution: A description of the technical approach for meeting schedule and performance requirements of the contemplated procurements. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance. Experience: A description of previous (awarded within last 3 years) or current relevant contracts. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s)). Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements. Security: A description of facility and personnel security regarding the handling and storage of classified information and hardware. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information not later than 15 calendar days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions shall include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information shall include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: Controlled Unclassified Information, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested parties, but may request additional information following review. Note: If the interested party is a foreign concern or if a U.S. interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. This capability statement package shall be sent by e-mail to Chris Turner at Christopher.m.turner69.civ@us.navy.mil and Brittney Davis at brittney.f.davis.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f1c2b935a92d4565a431cd37749508c0/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06950087-F 20240201/240130230047 (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.