Maryland Bids > Bid Detail

NAWCAD WOLF Tactical Air Navigation: Systems, Spares, Ancillary Engineering Support

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159453373956261
Posted Date: Mar 8, 2024
Due Date: Mar 15, 2024
Source: https://sam.gov/opp/3098f46cfe...
Follow
NAWCAD WOLF Tactical Air Navigation: Systems, Spares, Ancillary Engineering Support
Active
Contract Opportunity
Notice ID
N6833524RFI0151
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2024 09:31 am EST
  • Original Response Date: Mar 15, 2024 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Saint Inigoes , MD
    USA
Description

Tactical Air Navigation: Systems, Spares, Ancillary Engineering Support



PSC Code: 5840 - RADAR EQUIPMENT, EXCEPT AIRBORNE



NAICS Code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing





This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Webster Outlying Field (WOLF), Air Traffic Control and Landing Systems (ATC&LS) Division has a requirement to ensure Tactical Air Navigation (TACAN) and fleet operations for five (5) years.



This RFI is issued as part of a procurement strategy for NAWCAD WOLF TACAN operations. This procurement includes: TACAN Systems, Spares, and ancillary engineering support to ensure operability of the following systems such as, but not limited to: AN/URN-32, AN/URN-33, AN/TRN-47, AN/TRN-47(V)2, MM-7000 Man Portable, and OE-4691 Systems, for five (5) years.





RESPONSES



Requested Information



Section 1 of the response shall provide administrative information and shall include the following as a minimum.




  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.

  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).



Section 2 of the response shall provide technical information, and shall include the following as a minimum.




  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.

  • Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.

  • If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.

  • The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA.

  • Respondents should include a list of authorized distributors.





ADDITIONAL INFORMATION



The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.





In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.





The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.





Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management website: sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.





HOW TO RESPOND



Interested parties shall respond within seven (7) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 15 March 2024 to Lauren Clemmens at lauren.a.clemmens.civ@us.navy.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 08, 2024 09:31 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >