Inactive
Notice ID:N6833519RFI0281
This is a request for information only. No formal solicitation exists at this time. The Naval Air Warfare Center - Aircraft Division, Lakehurst (NAWC-AD LKE) intends to negotiate and award a sole sour...
This is a request for information only. No formal solicitation exists at this time. The Naval Air Warfare Center - Aircraft Division, Lakehurst (NAWC-AD LKE) intends to negotiate and award a sole source contract to Intepro Systems America, LP (CAGE: 4J0A3) pursuant to 10 U.S.C 2304(c)(1), as implemented by FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements for the procurement of the production & installation of six (6) each Generator Control Unit Test Set (GCUTS) Support Equipment Change (SEC) Kits (P/N: 888-0256C). In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d) "Limitations", when utilizing the authority at FAR 6.302-1, the contracting officer shall post a request for information or a sources sought notice. Therefore, this notice is posted to satisfy the DFARS 206.302-1(d) "Limitations" requirement. The Classification Code for this requirement is K049. The GCUTS is a self-contained computer controlled test system designed specifically for carrying out standard serviceability testing and fault diagnosis on the AV-8B Harrier Generator Control Unit (GCU). The current GCUTS system has known limitations; is unreliable and contains multiple unsupportable assemblies and piece parts due to obsolescence. As a result of obsolete and unprocurable hardware, the GCUTS requires an upgrade. Specific items being replaced include an oscilloscope assembly, AC power supply, DC source, HF and LV scanner cards and controller assembly. These items will be grouped into a SEC kit to be installed by an Intepro Depot Field team at three (3) locations -Yuma, AZ, Cherry Point, NC and North Island, CA. Intepro Systems America, LP, the Original Equipment Manufacturer (OEM), currently owns all data rights, both hardware and software. The Government does not possess the technical data and drawings to allow an alternate source to upgrade the existing test system. As such, Intepro Systems America, LP is the only responsible source capable of meeting the requirements. NAWC-AD LKE is requesting information from industry for the purpose of identifying interested vendors that are capable of satisfying the above requirement. Interested vendors are asked to respond to this request for information with a capabilities statement and a brief summary of their knowledge and experience with the GCUTS System. NAWC-AD LKE will not pay respondents for any information generated for, and/or provided in response to this request for information. Response(s) to this request for information are requested by the posted response date and time. Response(s) should cite the posted request for information number and requirement title and be submitted via e-mail to the Contract Specialist identified in this announcement. Phone calls will not be accepted. All questions must be submitted via e-mail to the Contract Specialist identified in this announcement. There is no requirement to respond to this request for information however, the Government places tremendous value on the information received and may utilize the information to finalize its acquisition strategy. The Government does not intend to award a contract on the basis of this request for information. This request for information is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. This is a request for information from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated herein. 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. All data received in response to this request for information, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. The Government will not release any information marked with a proprietary legend received in response to this request for information to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this request for information does not preclude participation in any future associated request for quote/proposal that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. Responses to this request for information will not be returned. The Government will not notify respondent(s) of the results of the review.