Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
SOURCES SOUGHT

70 -- XVR16 Versa Module Eurocard Single Board Computers

Notice Date
3/12/2018
 
Notice Type
Sources Sought
 
NAICS
334418 — Printed Circuit Assembly (Electronic Assembly) Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N6833518R0208
 
Archive Date
3/31/2018
 
Point of Contact
Andrew J. Kolpack, Phone: 7323232772
 
E-Mail Address
andrew.kolpack@navy.mil
(andrew.kolpack@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought/ Request for Information (RFI) notice is being posted in accordance with DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD), Combat Integration & Identification Systems Division (CI&IDS) Division, AD-4.11.2, has a requirement to procure a maximum of two hundred and fifty (250) XVR16 Versa Module Eurocard (VME) Single Board Computers (SBC) during the base year and each of the four Option Years. These VME SBCs are components used within the AN/UPX-29(V) Interrogator System to provide the following support: converting analog Identification Friend or Foe data to digital target reports; processing and storing target reports and distributing them to the combat systems and the operators; and interfacing directly with shipboard combat systems. These VME SBCs must also meet AN/UPX-29(V) form, fit, and function design requirements for cards currently used in fielded equipment. The XVR16 VME SBC has been integrated into the Mode S/Battle Force Tactical Training (BFTT) baseline and is funded and approved under an Engineering Change Proposal (ECP). NAWCAD 4.11.2.1 cannot deviate from the approved card without duplication of costs for Non-Recurring Engineering (NRE) and Program Management associated with updating and rerouting of the approved ECP and schedule delays. If another vendor was selected to meet this requirement, the Government would incur a minimum two year schedule delay to analyze the new board and reroute the ECP for approval, along with updating all the necessary documentation, resulting in missed equipment deliveries to Navy platforms causing major impacts to platform test and certification schedules. RESPONSES 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 point of contact. • B usiness 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: • I nterested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. • Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count. • If applicable, respondents shall include a list of DoD, Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor POC for each program, with email address and phone number. • The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI 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. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. All information received in response to this 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. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 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 solicitation 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 Federal Business Opportunities (FedBizOpps) website: www.fbo.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 shall respond within 5 days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed 10 pages) via e-mail no later than 16 March 2018 at 05:00pm to Andrew Kolpack at Andrew.kolpack@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833518R0208/listing.html)
 
Record
SN04850966-W 20180314/180312231149-08ba98ea0e33e9b69359f486e50acc5f (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.