Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2025 SAM #8495
SOURCES SOUGHT

A -- Precision Approach Landing Capability (PALC) Non-recurring Engineering (NRE)

Notice Date
2/27/2025 6:27:19 AM
 
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-RFPREQ-TPM231-0350
 
Response Due
3/27/2025 9:00:00 PM
 
Archive Date
04/12/2025
 
Point of Contact
Bernard K. Gross, Evan Riedell
 
E-Mail Address
bernard.k.gross2.civ@us.navy.mil, evan.n.riedell.civ@us.navy.mil
(bernard.k.gross2.civ@us.navy.mil, evan.n.riedell.civ@us.navy.mil)
 
Description
This announcement constitutes a Request for Information (RFI) to identify potential procurement sources for the Precision Approach Landing Capability (PALC) Non-recurring Engineering (NRE) Contract. This NRE contract will update ALL documentation, develop and test any and required software modifications to meet E-2D Landing Capability for a contested environment. This NRE effort will integrate the AN/APN-246 Automatic Carrier Landing System (ACLS) Beacon System to the E-2D. The AN/APN-246 hardware is expected to be divided into A-Kits and B-Kits, in which the B-Kits will be Government Furnished Equipment (GFE) to this contract, and the E-2D A-Kits will be the result of this NRE. Three A-Kits will be developed and procured under this contract. This project shall not last longer than 36 months. This effort includes, but is not limited to: 1. Execute NRE for integrating the AN/APN-246 PALC Beacon on to the E-2D to deliver: a. An Engineering Technical Data Package (TDP). b. A Logistics TDP that will be used to update publications, update drawings, and publish National Stock Numbers (NSNs)/Navy Identification Item Numbers (NIINs) for PMA 231 and NAVSUP to procure. c. Submittal of a fully vetted Engineering Change Proposal (ECP). 2. Update the E-2D�s Avionics Flight Management Computer (AFMC) Operational Flight Program (OFP) software to include the integration of AN/APN-246 functioning. 3. Since this will be a Safety of Flight ECP, follow the full Systems Engineering Technical Review (SETR) process. The Government does not possess the inherent skill sets to execute these technical tasks without assistance. If you believe you are capable of meeting this capability, demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. You may also highlight unique data generation techniques used by your company, or areas where modifications can be performed, or the capability can be provided, without technical data provided by the Government or OEM. For this FY25 through FY27 contract, interested businesses shall demonstrate the capability to meet the Government�s required timeline. The E-2D program office plans to utilize these services and supplies to support E-2D aircraft from FY25 through FY35. Additionally, the vendor will complete all projects, engineering and logistics services required under this program to support their NRE efforts. Additionally, the vendors will provide technical assistance, sustaining engineering, logistics/modification support, configuration management, product support, obsolescence management, Cadre training, ground test execution, and flight test and evaluation support. Interested vendors must meet ISO AS9100 qualification requirements and SECRET clearance access in order to be eligible for consideration. This is NOT a Request for Proposal (RFP). Firms that can meet the USN�s requirement in the timelines identified above are encouraged to identify themselves. Vendors interested in responding to the RFI shall provide a one to two page overview statement addressing the following: 1) Brief statement of interest/capabilities; 2) Any other information at vendor discretion such as catalogs, drawings/illustrations, technical manuals, training description/material, pricing, testing documentation, brochures and/or any other documentation that describes the capabilities, interfaces and specifications; 3) Respondents should identify any Government customer who has procured these services that meet the requirements and provide customer point of contact, including a telephone number, e-mail address or web site. Responses may be submitted electronically to the email address provided below. Responses are requested by 28 March 2025. Earliest possible response is encouraged. Responses will be reviewed, and additional information may be requested from individual vendors if desired by the Government. This RFI does not constitute a commitment from the Government to issue a solicitation, make an award or awards, or be responsible for any monies expended by any interested party in support of the effort described above. The Government reserves the right to review and use the data submitted at its own discretion. Upon request, the Government will protect proprietary information from unwanted disclosure. Any such requests shall be submitted with the statement of capabilities. Email responses to Bernard Gross at bernard.k.gross2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/64443b5a55d6410a8c636fac667fac88/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07356581-F 20250301/250227230044 (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.