SOURCES SOUGHT
59 -- Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF) Antenna Components Fabrication and Refurbishment
- Notice Date
- 2/13/2025 6:00:55 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-25-RFI-0350
- Response Due
- 2/18/2025 1:00:00 PM
- Archive Date
- 03/05/2025
- Point of Contact
- Truman Harris
- E-Mail Address
-
truman.b.harris3.civ@us.navy.mil
(truman.b.harris3.civ@us.navy.mil)
- Description
- This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), Combat Integration and Identification Systems (CI&IDS) Division (TW12000) has a requirement to provide depot level repair and maintenance activities for the AS-2188/U, AS-4328/U, AS-177B/UPX, and AS-2189/U antennas. As such, the CI&IDS Division is responsible for the fabrication and refurbishment of antennas returned from the fleet back to ready for issue status. The AS-2188/U, AS-4328/U, AS-177B/UPX, and AS-2189/U antennas are used in conjunction with Interrogator Sets to provide Identification Friend or Foe (IFF) capabilities. This RFI is issued as part of a procurement strategy for the fabrication and refurbishment of AS-2188/U, AS-4328/U, AS-177B/UPX, and AS-2189/U antenna components, and shall require the following capabilities: Metal cutting up to 10 feet Metalwork Sandblasting Painting Chemical conversion surface treatment finishing Cadmium (CAD) plating Silver Plating (including over electroless Nickel) Soldering Fabrication and refurbishment must be conducted in accordance with the following standards and specifications: QQ-S-571F, Federal Specification: Solder, Electronic (96 TO 485 DEG. C), 18 May 1994 QQ-S-365D, Federal Specification: Silver Plating, Electrodeposited, General Requirements For, 3 Jun 1985. MIL-C-5541E Class 1A, Gold/Yellow: Chemical Conversion Coatings on Aluminum and Aluminum Alloys, 30 Nov 1990 MIL-DTL-5015H, Detail Specification: Connectors, Electrical, Circular Threaded, AN Type, General Specification For, 18 May 2000 MIL-S-901D Military Specification: Shock Test, H.I. (High Impact); Shipboard Machinery, Equipment and Systems, Requirements for, 17 Mar 1989 MIL-P-15024E, Military Specification: Type A, Size 5: Plates, Tags, and Bands for Identification of Equipment, General Specification for, 29 Jan 1993 MIL-STD-167-1A, Mechanical Vibrations of Shipboard Equipment, 2 November 2005 MIL-STD-461G, Requirements for the Control of Electromagnetic Interference Characteristics of Subsystems and Equipment, 11 Dec 2015 MIL-STD-1310H, Shipboard Bonding, Grounding and other Techniques for Electromagnetic Compatibility and Safety, 12 Aug 2014 MIL-STD-1399 Interface Standard for Shipboard Systems Section 300A Electric Power, Alternating Current (Metric), 21 Jul 1986 ASME Y14.100 Engineering Drawing Practices, 14 November 2017 ASME Y14.24 Types and Applications of Engineering Drawings, 14 November 2017 ASME Y14.34 Parts Lists, Data Lists, and Index Lists: Associated Lists, 2013 ASME Y14.35 Revision of Engineering Drawings and Associated Documents, 29 August 2014 AMS-QQ-P-416A Type II, Class 3: Plating, Cadmium (Electrodeposited), September 2022. 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. 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. Interested 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 Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (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. IAW 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 IAW FAR 15.207, Handling Proposals and Information. The Government utilizes Contractor Support Staff (CSS) 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 IAW the applicable Government regulations. 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 System for Award Management (www.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 shall respond within five (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 ten (10) pages) via e-mail no later than 18 February 2025 to Truman Harris at truman.b.harris3.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/139a8225f1f044249189ded2a5ef3ab4/view)
- Record
- SN07343105-F 20250215/250213230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |