AN/UPX-42(C) Digital Interrogator Hardware Components
Request for Information (RFI) AN/UPX-42(C) Digital Interrogator Hardware Components Naval Air Warfare Center Aircraft Division _________________________________________________________________________... Request for Information (RFI) AN/UPX-42(C) Digital Interrogator Hardware Components Naval Air Warfare Center Aircraft Division ______________________________________________________________________________ RFI Number: N68335-19-RFI-0177 Classification Code: 5825 - Radio Navigation Equipment, Except Airborne NAICS Code(s): 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing REQUEST FOR INFORMATION 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 BAE Systems Information and Electronic Systems Integration (IESI), Greenlawn, NY is the sole designer, developer, and Original Equipment Manufacturer (OEM) of the AN/UPX-37, AN/UPX-41(C), AN/UPX-42(C) and AN/UPX-45(C), including their subassemblies. BAE Systems IESI is the only known source possessing the required knowledge of the equipment to identify faults, make necessary repairs, and provide the system engineering and spares support required for the system. Furthermore, the Government does not own the interface specification to seek other sources for replacement Shop Replaceable Assemblies (SRA); therefore, original equipment parts and components must be used to fulfill the system specification and prevent plug-in compatibility and interchangeability issues. The Government does not own sufficient drawing packages and specifications to issue a competitive procurement of these services. The use of BAE Systems ISEI for repair of these SRAs will ensure continued operation of AN/UPX-37, AN/UPX-41(C), AN/UPX-42(C) and AN/UPX-45(C), which will maintain the warfighter's ability to identify friends prior to weapons launch, decreasing the likelihood of a death of friendly forces. Technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed and are not available due to such efforts being cost prohibitive. The repair/replenishment requirements of the contract will be limited to only those items not supported by the Navy supply system. 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 should provide a detailed description of the following characteristics of their solution in their submission: 1. Size/dimensions in inches 2. Weight in pounds 3. Operational temperature range 4. Storage temperature range 5. Acceptable relative humidity 6. Compliance with any Military Standards (MIL-STD) 7. Network configuration a. Waveforms b. Topology c. Throughput 8. PLI Latency and supporting documentation 9. Encryption capability (include any NSA or FIPS approvals/certifications) 10. Other certifications, as applicable 11. Ancillary equipment, such as antenna and cables 12. Total quantity of units sold to date 13. Date of delivery of the first unit 14. Date of delivery of most recent unit 15. Basic and extended warranty information • If applicable and able, 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. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. • 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 In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the 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. 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 RFP 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 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 are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to Shara Ruth, shara.ruth@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 15 February 2019, 11:00 A.M. EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »