REQUEST FOR INFORMATION
Package Name: Hardware Components and Spares
PSC Code: 5985 – Antennas, Waveguides, and Related Equipment
NAICS Code: 334220 – Radio and Television Broadcasting and Wireless Communications Equipment 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) Combat Integration and Identification Systems (CI&IDS) Division has a requirement to provide hardware components and spares as required on the Digital Interrogator Sets AN/UPX 41(C), AN/UPX-42(C), AN/UPX-45(C), AN/UPX-50, inclusive of the OE-120( )/UPX and sub-assemblies. BAE Information and Electronic Systems Integration (IESI) is the Original Equipment Manufacturer (OEM) of the Digital Interrogator (DI) Sets AN/UPX 41(C), AN/UPX-42(C), AN/UPX-45(C), AN/UPX-50, inclusive of the OE-120( )/UPX antenna and sub-assemblies and has been the source for the DI Sets and Antennas currently fielded.
This RFI is issued as part of a procurement strategy for hardware components and spares. The hardware and spares must be form/fit/function equivalent to the existing DI Sets and Antennas, including all military specifications, military standards, and physical and performance requirements outlined in MIL-DTL-29563A. The hardware components and spares include:
Nomenclature
P/N
Voltage Standing Wave Ratio Monitor Assembly
6004819
Sample & Hold Multiplexer
06004727-2
Cable Assembly
06010521-2
Digital Stream Converter
06009328-1
Beam Form Receiver
6010351
Diode Bite Multiplexer
4078800G1
Horn, Antenna (Type I)
06004768
Analog to Digital Multiplexer
6004734
Parallel Diff Driver
6004789
Rate Multiplexer & Real Time Clock
6004792
Power Sensor
6009322
Power Divider
4080644-1
Parallel Data Receiver
6010357
Serial & Display
6010360
Cable Assembly
6004886
Over Voltage Assembly
6010379
Power Supply
06010530-3
Bite & Panel Interface
6010563
Fuseholder Block
152017P1
Microprocessor
4078735G1
Power Supply
8507793-1
Misc Input/Output Module
8517031-1
PC Holder
8518527-1
Display Unit
8519219-1
Single Board Computer
8520608-1
Multifunction Input/Output/Controller
8520610-1
Field Programmable Gate Array Module
8527181-1
Isolation System
8536622-1
RT-1912(C)/APX-123 Transponder
10089939G-11
C-12720/APX Remote Control
1008940P-5
Digital Voice Protection Defruiter Clear Channel Assessment
1001735G-2
Coder Timer Clear Channel Assessment
1001736G-5
Power Supply Assembly
1001738G-3
Receiver Modulator
1001741G-6
Transmitter Modulator
1001740G-5
Remote File Input Output Module
1001747G-4
Mode 5 Clear Channel Assessment
0N706898-3
Mode 5 Processor Assembly
8482633-1
Data Entry Unit
1001947P-1
DI Minimum Shift Keying Clear Channel Assessment
8491129-2
Transmitter Modulator
1001740G-6
Mode 5 Processor Assembly
1061391G-7
Backplane Assembly
8535689-1
Coder Timer Clear Channel Assessment
8536580-2
Digital Voice Protection Defruiter Clear Channel Assessment
8535686-2
Mode 5/S Clear Channel Assessment
0N706898-4
Receiver Modulator
8535692-1
Remote File Input Output Module
8555925-1
RESPONSES
Requested Information
Section 1 of the response shall provide administrative information and shall include the following as a minimum.
Section 2 of the response shall provide technical information, and shall include the following as a minimum.
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 SAM website: https://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 five (5) 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 6 December 2021 to Paras Patel at [email protected]