Inactive
Notice ID:N00019-20-RFPREQ-PMA-265-0295
Request for Information (RFI)/Sources Sought The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential cont...
Request for Information (RFI)/Sources Sought The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to provide a classified Combined Interrogator Transponder (CIT) Conformal Antenna Subsystem (CAS) Beam Forming Network (BFM) Acceptance Test Procedure (ATP) workstation to satisfy the U.S. Navy (USN) F/A-18E/F and EA-18G aircraft program requirements. The contractor shall furnish personnel, facilities, material, and services necessary to assemble and to make the BFN ATP Workstation meet the current National Industrial Security Program Operating Manual (NISPOM) requirements. The current CIT CAS BFN ATP is used to support acceptance testing, sell off, and repair of CAS BFN subsystems for F/A-18E/F & EA-18G aircraft production and in-service equipment. The current classified workstation is no longer compliant with the security settings required by NISPOM and the Office of Designated Approval Authority (ODAA). BAE Systems is the manufacturer that developed this ATP workstation for the USN and possesses the requisite technical data, machining, software, and special skills and test equipment regarding the workstation to meet the Navy’s requirements. The contractor shall be responsible for obtaining, from BAE, all manufacturing drawings and the proprietary specification data and software necessary to support the production of ATP workstation. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent’s ability to meet the requirements as specified herein, including the delivery schedule requirements. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and 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 Beta (Beta.SAM) website: www.beta.sam.gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 5:00 PM EST, 23 January 2020. Responses shall be submitted electronically to the designated Contract Specialist, Stephanie Thomas, in Microsoft Word format or Portable Document Format (PDF) at the following email address: stephanie.a.thomas@navy.mil.