Federal Bid

Last Updated on 04 Jul 2018 at 8 AM
Sources Sought
Lakehurst New jersey

Cradle to grave support for the OE-120( )/UPX Antenna

Solicitation ID N68335-18-R-0174
Posted Date 14 Jun 2018 at 12 PM
Archive Date 04 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Lakehurst New jersey United states 08733
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This is a sources sought market survey. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. There is no RFP available at this time. Any information submitted by respondents to this RFI is strictly voluntary. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.

NAWCAD 4.11.2 has been tasked to provide cradle to grave support for the OE-120( )/UPX Antenna which is part of the AN/UPX-29(V) Interrogator Set which provides target identification for the Identification Friend or Foe (IFF) combat system. NAWCAD 4.11.2 has been identified as the field activity and is responsible for maintaining the approximately 150 OE-120( )/UPX antenna in the U.S. Navy fleet as well as 12 Foreign Military Sales (FMS) commissioned ships. NAWCAD 4.11.2 support for this antenna includes providing INCO spares to shipyards which are used to replace inoperative or defective parts. After a part is removed from an INCO kit, a replacement must be available to replenish the INCO kit to ensure delays in construction do not occur. BAE Information and Electronic Systems Integration (IESI) Nashua is the Original Equipment Manufacturer (OEM) of the OE-120( )/UPX and has been the source for the OE-120( )/UPX antenna currently fielded. As such, the components shall be a form/fit/function equivalent to the existing OE-120( )/UPX, including all military specifications, military standards, and physical and performance requirements outlined in MIL-DTL-29563A.

Nomenclature: P/N
VSWR Monitor Assembly: 6004819
Sample & Hold Multiplexer: 06004727-2
Cable Assembly: 06010521-2
DS Converter: 06009328-1
Beam Form Receiver: 6010351
Diode Bite Multiplexer: 4078800G1
Horn, Antenna (Type I): 06004768
A/D Multiplexer: 6004734
Parallel Diff Driver: 6004789
Rate Mux & RT 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

RESPONSES
Please answer the following questions/provide the following feedback in your response to this RFI:

1. Please identify your company's small business size standard based on the primary NAICS code of 334511. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories:
Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business.

2. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 5a & b.
(a) What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities.
(b)If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement?

3. Please provide any other pertinent information.

Interested parties shall respond to questions 1-3 by 19 June 2018. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to [email protected]. Verbal responses are not acceptable and will not be considered.

Bid Protests Not Available

Similar Past Bids

Lakehurst New jersey 05 Jul 2018 at 11 AM
Lakehurst New jersey 01 Jul 2020 at 1 PM
Patuxent river Maryland 10 Aug 2011 at 5 PM
Patuxent river Maryland 21 Mar 2011 at 9 PM
Patuxent river Maryland 20 Aug 2009 at 3 PM

Similar Opportunities

Saint petersburg Florida 14 Jul 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 15 Jul 2025 at 8 AM
Poway California 25 Jul 2025 at 8 PM