Inactive
Notice ID:N68335-21-RFI-0147
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...
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 the U.S. Government will not pay for or reimburse 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. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. 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. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) Beta website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site fort the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS NAVAIR PMA260 Logistics has a continued requirement to support the electronic Consolidated Automated Support System (eCASS) Stations. ICS support includes repair of repairables, replenishment of consumables, asset management, packaging, shipping, obsolescence, Class II Engineering Change Proposals, installation support and sustaining engineering support. The eCASS is the Navy's 21st century Automated Test System used to support repairs of AV-8, E-2D, EA-18G, FA-18, F-35, H-1, H-53, H-60, T-45, and V-22 avionics and weapon systems at Fleet Readiness Centers ashore and Avionics Intermitted Maintenance Department afloat. The customers supported include NAVAIR, NAVSUP, NAVSEA, U.S. Air Force, and Foreign Military Sales. 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 contractual 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: The response to this RFI is expected to consist of a description of the Contractor’s capabilities and experience with eCASS. All comments or discussions pertaining to improving or enhancing the procurement should be submitted. Respondents requested to provide catalogs, drawings/illustrations, technical manuals, training descriptions/materials, warranty information, testing documentation, brochures and/or any other documentation that describes their capability to design, develop, manufacture, and support and effort of the type described herein. If applicable and able, respondents shall include a list of Government programs or Commercial customers of record that currently employ their solution and logistics support packages. Please provide a POC for each program, with email address and phone number identified, and a description of the quantities sold. Respondents are requested to provide their estimated time it would take to submit a proposal After Request for Proposal release. 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 to Eric Waterman at eric.waterman@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation. Responses are due no later than 15 March 2021. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. It is the potential vendor’s responsibility to monitor the SAM Beta (www.beta.sam.gov) site for the release of any follow-on information.