Federal Bid

Last Updated on 01 Jul 2020 at 1 PM
Sources Sought
Lakehurst New jersey

NAWC WOLF OE-120( )/UPX Antenna

Solicitation ID N68335-20-RFI-0376
Posted Date 01 Jul 2020 at 1 PM
Archive Date 21 Jul 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navair Warfare Ctr Aircraft Div Lke
Agency Department Of Defense
Location Lakehurst New jersey United states 08733

REQUEST FOR INFORMATION

Solicitation Number: N68335-20-RFI-0376

PSC Code: 5985 – Antennas, Waveguides, and Related Equipment

NAICS Code: 334220 – Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing

PURSUANT TO FAR 15.201(e) - 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 request for information does not commit the Government to contract for any supply or service whatsoever.  Further, the government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised that the U.S. 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.  Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.

BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS

  1. The Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Combat Integrationa and Identification (CI&IDS) Division has been tasked by the Naval Air Traffic Management Systems Program Office (PMA213) 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. CI&IDS 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. CI&IDS 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.

NAWC WOLF is requesting comments, questions, and feedback from industry regarding a planned procurement of BAE Systems Information and Electronic Systems Integration (IESI) material as follows:

Description

Part Number

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

Phase Shifter

8509855-1

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 (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 Federal Business Opportunities (FedBizOpps) website: www.fbo.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 06 July 2020 to Ms. Shara Ruth at [email protected].

Bid Protests Not Available

Similar Past Bids

Lakehurst New jersey 07 Jul 2020 at 11 AM
Lakehurst New jersey 05 Jul 2018 at 11 AM
Lakehurst New jersey 14 Jun 2018 at 12 PM
Lakehurst New jersey 28 Oct 2020 at 1 PM

Similar Opportunities

Location Unknown 15 Jul 2025 at 4 AM
Lakehurst New jersey 10 Jul 2025 at 8 PM
Saint inigoes Maryland 30 Jul 2025 at 4 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM