AIR-4.11 Technical Analysis / Repair Support
RFI: N68335-19-R-0272 PSC Code: 5811 - Other Cryptologic Equipment and Components NAICS Code: 334419 - Other Electronic Component Manufacturing This Sources Sought/Request for Information (RFI) is pos... RFI: N68335-19-R-0272 PSC Code: 5811 - Other Cryptologic Equipment and Components NAICS Code: 334419 - Other Electronic Component Manufacturing This Sources Sought/Request for Information (RFI) is posted for planning and market research only. This RFI does not constitute a Request for Proposal, Request for Quote, or Invitation for Bids. This RFI does not commit the Government to issue any type of solicitation or award a contract. This RFI does not restrict the Government from a particular acquisition approach. The Government will not reimburse any respondent for any cost associated with information submitted in response to this Sources Sought RFI. The Air Traffic Control and Landing Systems (ATC&LS) Division, Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River at St. Inigoes, is designated as the Design Agent, the In-Service Engineering Agent (ISEA), and the Software Support Activity (SSA) for Air Traffic Control (ATC) systems. In accordance with these assignments, the ATC&LS Division conducts the following efforts: system test and evaluation; system certification; technical support; pre-positioned technical support; supply support; systems improvement; systems engineering; systems development; operational software development and maintenance; test support software development and maintenance; field change program support; production engineering; special purpose test fixture development; test bed support; overhaul and restoration program support; program management; quality assurance; and system safety support. This effort is composed of engineering design and development and test and evaluation of ATC&LS products and technical services. The products are produced for the Navy's ATC&LS equipment under the responsibility of NAWCAD 4.11.7. These requirements are continuous, ongoing, and encompass the many ATC Systems installed on the Navy's Air Capable Ships. These systems require design, development of modifications, testing, and certification; therefore, a contiguous work force is mandatory to ensure safety of flight. NAWCAD 4.11.7 establishes the requirements for system modifications, testing, and certification. Schedules are established by Naval Air Systems Command (NAVAIR) and Type Commanders (TYCOM) annually and updated on a quarterly basis. The majority of tasking for this contract comes from NAVAIR PMA213, Naval Sea Command (NAVSEA), and fleet TYCOMs. The Contractor shall furnish to the Government any support and materials required through written orders issued in accordance with this agreement. The Contractor shall produce, modify, repair, upgrade, improve, and replace ATC systems' components, assemblies, and associated hardware and technical documentation. The Contractor shall provide technical and engineering support, reports, maintenance, and upgrades for any Contractor developed test, support, data collection, and analysis equipment and simulators developed for these ATC systems including but not limited to AN/SPN-35C Precision Approach Radar, AN/SPN-43C Air Surveillance Radar System, AN/SPN-46(V) Precision Approach and Landing System (PALS), and AN/TPN-31A Air Traffic Navigation Integration and Coordination System (ATNAVICS). The Contractor shall ensure all support is performed by technically qualified personnel. The support provided shall include technical, engineering, field change, spare parts, and testing. HOW TO RESPOND: Please provide whitepapers, commercial pamphlets, or any other documentation that would describe the company's ability to meet the above requirements. Please submit responses/questions to this Sources Sought/Request for Information, in writing, via e-mail to Kelly Gray, kelly.gray1@navy.mil, by 23 April 2019, 11:00 A.M. EST. Synopsis:The NAWCAD, Lakehurst, NJ intends to establish a Basic Ordering Agreement (BOA) with Communications & Power Industries (CPI), LLC. This action is intended to procure supplies associated with the evaluation and repair of technical and restoration services and spare/repair parts for the AN/SPN-35C Precision Approach Radar, AN/SPN-43C Air Surveillance Radar System, AN/SPN-46(V) Precision Approach and Landing System (PALS), and AN/TPN-31A Air Traffic Navigation Integration and Coordination System (ATNAVICS) systems CPI OEM components for a period of five years. The Government anticipates issuing this order on a non-competitive basis to Communications & Power Industries (CPI), LLC, 607 Hansen Way, Palo Alto, CA 94304-1015. The services and materials being procured under this BOA are integral to CPI who is the Original Equipment Manufacturer (OEM) of multiple ATC&LS components. This equipment was used on systems that were developed to meet the Government specifications that only defined Form, Fit, and Function (F3) requirements at the system level. The Government does not have specifications and/or detailed drawings for the components. Only CPI possesses the proprietary technical data that is essential for the manufacturing and depot level repair of the components. The AN/TPN-31A, AN/SPN-35C, AN/SPN-43C, and the AN/SPN-46(V) are complex radar systems. The equipment being modified, repaired, upgraded, and improved upon is proprietary to CPI, as the developer of these items. Therefore, award of a contract to any other source would result in substantial duplication of costs that are not expected to be recovered through competition. THIS IS NOT AN INVITATION FOR COMPETITVE PROPOSALS. This acquisition is being pursued under the sole source basis under the statutory authority of 10 U.S.C 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Unless stated herein, no additional information is available. A determination by the Government not to compete this effort is solely within the discretion of the Government. GENERAL INFORMATION: CPI is in sole possession of the technical documentation, as well as other proprietary data, such as Level II and Level III drawings and production tooling. Under the prospective BOA, CPI will continue to support the necessary system components that they designed and developed. CPI remains the only qualified source as they possess the resident technical expertise, proprietary data, and special tooling necessary to provide the engineering and repair support. It is imperative that the original source be used for AN/TPN-31A, AN/SPN-35C, AN/SPN-43C and AN/SPN-46(V) system procurements to maintain system operability through the required timeframe, 2040. There is no commitment by the Government to issue a solicitation, make an award or awards, or be responsible for any money expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »