Inactive
Notice ID:N68335-21-RFI-0181
Request for Information (RFI) COTS PAR Storage Fees Naval Air Warfare Center Aircraft Division [PMA213 / Shore Landing Systems] ________________________________________________________________________...
Request for Information (RFI) COTS PAR Storage Fees Naval Air Warfare Center Aircraft Division [PMA213 / Shore Landing Systems] ______________________________________________________________________________ RFI Number: N68335-21-RFI-0181 Classification Code: 5840 Radar Equipment, Except Airborne NAICS Code(s): 334511 Instrument landing system instrumentation, airborne or airport, 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 The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, New Jersey, in support of PMA213 / Shore Landing Systems is intending to award a fixed priced modification under an existing contract with L3Harris Technologies (CAGE 24930). The modification will incorporate non-recurring engineering, and storage requirements to support Commercial Off the Shelf (COTS) Precision Approach Radar (PAR) production. The storage requirements will be for housing COTS PAR Sensor and Shelter Assemblies at a monthly rate per square foot (‘). The minimum space needed is 18.0’ X 8.25’ X 8.31’ (5,860 pounds) for the Sensor Assembly and 17.13’ x 9.9’ x 9.17’ (11,750 pounds) for the Shelter Assembly. It is estimated that the leased space would be for a minimum of one (1) month for no more than four (4) units and a maximum of twelve (12) months for no more than four (4) units at a time. The PAR System provides azimuth, elevation, and range information to Air Traffic Controllers who direct aircraft pilots by radio communications to allow a precision landing during periods of poor visibility or adverse weather conditions. RESPONSES Requested Information Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Pricing is also requested for planning purposes. Any other relevant information may also be submitted for consideration. 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 Beta System for Award Management (Beta SAM) website: www.beta.sam.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 leann.spann@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 05 April 2021, 7:00 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 Beta System for Award Management (Beta SAM) website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.