Federal Bid

Last Updated on 01 Dec 2021 at 6 PM
Sources Sought
Saint inigoes Maryland

BAE Components & Spares

Solicitation ID N6833522R0074
Posted Date 01 Dec 2021 at 6 PM
Archive Date 21 Dec 2021 at 5 AM
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

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.

  • 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 (DHS) 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 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]

Bid Protests Not Available

Similar Past Bids

Lakehurst New jersey 17 Jul 2015 at 5 PM
Lakehurst New jersey 10 Jul 2015 at 5 PM
Washington 22 Mar 2021 at 4 PM
Location Unknown 07 Jan 2016 at 5 PM
Location Unknown 10 Jul 2013 at 3 PM

Similar Opportunities

York Pennsylvania 30 Jul 2025 at 9 PM
New jersey 02 Dec 2025 at 2 PM
Philadelphia Pennsylvania 15 Jul 2025 at 8 AM
Warren Michigan 18 Jul 2025 at 8 PM
Murfreesboro Tennessee 25 Jul 2025 at 6 PM