Federal Contract Opportunity

Last Updated on 15 Oct 2024 at 12 PM
Sources Sought
Saint inigoes Maryland

NAWCAD WOLF AN/SPN-50(V)1 SHIPBOARD AIR TRAFFIC RADAR

Details

Solicitation ID N6833525RFI0266
Posted Date 15 Oct 2024 at 12 PM
Response Date 21 Oct 2025 at 9 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navair Warfare Ctr Aircraft Div
Agency Department Of Defense
Location Saint inigoes Maryland United states

Possible Bidders

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Federal Express Corporation

Springfield Albuquerque Gennevilliers Tremblay en france Wilmington El segundo Gardena Roissy en france Bogota Tucson Washington Memphis Carson Ciudad de buenos aires Greenbelt Carolina Auburn Jacksonville Chiyoda-ku Pittsburgh Panama city

Ww Grainger Incorporated

Cleveland Anchorage Lake forest Boston Atlanta Chula vista Saint louis Niles

Sign up to access Documents

Signup now

REQUEST FOR INFORMATION

Package Name: AN/SPN-50(V)1 SHIPBOARD AIR TRAFFIC RADAR

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 provide the supplies and services associated with procuring parts and providing engineering and technical services for the fabrication, modification, repair, replacement, upgrade, and improvement of the AN/SPN-50(V)1 Shipboard Air Traffic Radar components, assemblies and associated hardware.

This RFI is issued as part of a procurement strategy for the AN/SPN-50(V)1 Shipboard Air Traffic Radar.  The intent is to establish a five (5) year Basic Ordering Agreement (BOA) in support of the AN/SPN-50(V)1.  This BOA is intended to procure supplies and engineering and technical services.

The Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Air Traffic Control & Landing Systems (ATC&LS) Division located at St. Inigoes, MD is designated as the Design Agent, In-Service Engineering Agent (ISEA), and Software Support Activity (SSA) for Air Traffic Control (ATC) systems. This effort is composed of hardware and engineering and technical services for the fabrication, modification, repair, replacement, upgrade, and improvement to AN/SPN-50(V)1 Shipboard Air Traffic Radar components, assemblies, and associated hardware.

The Contractor shall furnish to the Government any support and materials required through written orders issued in accordance with this agreement.

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 six 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 21 October 2024 to Lauren Clemmens at [email protected].

Similar Opportunities

Washington navy yard District of columbia 30 Sep 2025 at 4 AM (estimated)
Riley Kansas 04 Jul 2025 at 11 AM
Washington navy yard District of columbia 09 Sep 2025 at 10 PM

Similar Awards