The RFP Database
New business relationships start here

ATFLIR CCA Obsolescence ECP 045


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis.  Each order will be synopsized on the FedBizOpps website as applicable in FAR 5.201(b).  

INTRODUCTION

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to redesign the Pod Controller (PC), Servo Controller (SC), Signal Processor (SP), and Video Processor (VP) Circuit Card Assemblies (CCA) of the Pod Electronic Housing Unit (PEH) assembly on the Advanced Targeting Forward Looking Infra-Red (ATFLIR) due to inability to purchase the current designs after outstanding orders are satisfied in support of the F/A- 18 and E/A- 18G Program Office ATFLIR requirements for the United States Navy.

ELIGIBILITY

The PSC for this requirement is 1260; the NAICS is 334511 with a size standard of 1250 employees.  All interested businesses are encouraged to respond.

ANTICIPATED PERIOD OF PERFORMANCE

The anticipated period of performance is 24 months. The anticipated start date is May 2020.

ANTICIPATED CONTRACT TYPE

The contract type is anticipated to be cost-plus fixed fee (CPFF).

 

 

 

PROGRAM BACKGROUND

ATFLIR is installed on the F/A-18 and EA-18G. The U.S. Navy (USN) requires an ATFLIR solution common for the F/A-18 and EA-18G platforms. The design and acquisition of form-fit-function CCA hardware in the PEH assembly will support the ATFLIR life cycle and mitigate impact of obsolescence unavailability from diminishing manufacturing sources and material shortages.

REQUIRED CAPABILITIES

Requirements include familiarity with the design and configuration of ATFLIR systems capabilities. Manufacturing knowledge, experience, software development, technical data, technical publications and specialty tooling are required to fulfill this procurement within the time required. Acquisition efforts may include the following: program management, software, test and evaluation, systems engineering, and associated financial and administrative data. The Government did not procure the technical data from the original supplier, The Raytheon Company. Interested businesses will require access to use the technical data in order to fulfill the potential requirement within the time required. The effort in this procurement will satisfy the Government's minimum need.

 SUBMISSION DETAILS

Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services listed in the attached required capabilities described herein; Documentation should be in bullet format. The capability statement package shall be sent by mail to AIR 2.2.3 Contracts, LCDR Isaac Ortman, 2.2.3.5.2, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by facsimile to (301) 995-0705 or by email to isaac.j.ortman@navy.mil. ; Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 29 August 2019.  Questions or comments regarding this notice may be addressed to LCDR Isaac Ortman at isaac.j.ortman@navy.mil. ; All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. 


Danielle N. Philipp, Contracting Specialist, Phone 3013420506, Email Danielle.Philipp@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP