Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOURCES SOUGHT

16 -- Avionics Upgrade for the F/A-18E/F Air Refueling Store

Notice Date
8/10/2007
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N0019-07-P1-AZ225
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Description
Naval Air Systems Command Conventional Strike Weapons Program Office (PMA-201) is conducting a Market Survey of Industry to determine potential interested sources who have the skills, experience, qualifications, and knowledge required to successfully qualify for design, production and manufacture of an Avionics Upgrade for the F/A-18E/F Air Refueling Store (ARS) A/A42R-1 P/N 31-301-48310(-3, -4, 5). This upgraded stores package consists of an upgraded cockpit mounted control panel, an upgraded store mounted controller (w/integrated power supply), and an upgraded store kit that contains upgrades to multiple internal ARS components. The upgraded store kit will include a new DC fuel quantity probe, an upgraded drogue stowage sensor, wiring/conduit changes, and an upgraded store interface cable. The controller and control panel must match and maintain the physical characteristics, interface capabilities, and mass properties of the legacy components currently in use on the F/A-18 E/F and the S-3B refueling aircraft, and associated support equipment. The components shall be designed and manufactured in accordance with the specification package for the ARS Avionics Upgrade. Copies of the draft specification package can be obtained by emailing Ms. Kate McCoy at kate.mccoy@navy.mil. Based on a review of industry?s response to this sources sought synopsis, the government will decide the appropriate acquisition strategy. The NAICS code is 336413, Aircraft Assemblies, subassemblies, and parts manufacturing. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages (letter size) in length, single-spaced, 12 point font minimum) demonstrating their ability to manufacture the ARS Avionics Upgrade. This documentation shall include prior/current corporate experience in manufacturing similar avionics components and information on the following: (1) design and systems engineering, design verification, first article and qualification testing; (2) planning, coordinating and conducting tests to prove system performance, and; (3) systems integration, manufacturing and delivering hardware; (4) company profile to include number of employees, Cage Code, DUNS number, NAICS Code and a statement regarding current small business status; (5) resources available such as corporate management, facilities and manning to be assigned to the project; (6) statement on whether your interest in this sources sought is to be the prime contractor or are you seeking subcontracting possibilities. All responses and questions to this announcement shall be submitted to the following: kate.mccoy@navy.mil or at Naval Air Systems Command, 47123 Buse Road, Suite 453, Attn: Ms. Kate McCoy, AIR-2.4.4.3.2, Patuxent River, MD 20670-1547, no later than 17 September 2007. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
 
Place of Performance
Address: 47123 Buse Road, Building 2272, Rm 453, Patuxent River, MD 20670
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01369358-W 20070812/070810222457 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.