The RFP Database
New business relationships start here

Circuit Card Assembly


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

 
RFI Number:  N68335-18-RFI-0209

Classification Code: 5998; Electrical and Electronic assemblies, Boards, Cards, and Associated Hardware


NAICS Code(s):  334418 - Printed circuit assemblies manufacturing


 


Response date - 15 days


Primary Point of Contact:


Evanuel Hairston


evanuel.hairston@navy.mil


Phone: 732-323-2094


 


 


This Request For Information notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206-302-1(d). The Naval Air Warfare Center Aircraft Division (NAWCAD), Special Communications Mission Solutions (SCMS) Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off The Shelf (COTS) Circuit Card Assembly (CCA) solution that is already proven to be compatible with the AN/ALE-47 Counter Measure Dispenser System and/or the AN/ALE-40 Counter Measure Dispenser System.


 


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 should provide a detailed description of the following characteristics of their solution in their submission:


 

•Ø  Product specification, sketches, or listings of authorized distributors are not to count as part of the page count.  Respondents are requested to provide CCA details specifically addressing the technical data identified below:

 

•·       Time to production

•·       List of Certifications and Standards

•·       Compatibility and interchangeability test results between the CCA and the AN/ALE-47.

•·       Compatibility and interchangeability test results between the CCA and the AN/ALE-40.

•·       List of air worthiness certifications for military fixed wing and rotary wing aircraft that use the CCA.

•·       Operation

•o   Operating and storage temperatures in Celsius

•o   Humidity range in Relative Humidity (RH) (operating & non-operating)

•·       Features

•o   Dimensions (height x width x depth)

•o   Weight in lbs.

•o   Description of all interface connections on the CCA

•o   Description of the current software/firmware version on the CCA, and deployment date of this software


 

•·       If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DOJ) or Department of Homeland Security (DHS) 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 and sent only to the contracts point of contact identified below.


 

•·       Respondents should include a list of authorized distributors.


 

ADDITIONAL INFORMATION

 


This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service.  Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information. The Government will not use any information provided to level your approach relative to another competition. All information received in response to the 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 RFP 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 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
 

In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the requirement of this RFI, as well as, identification of long lead items(s), sub-systems(s), or systems(s). Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below.

 

Interested parties are requested to submit responses in PDF Document Format via e-mail to Evanuel Hairston at evanuel.hairston@navy.mil. Responses are due no later than 28 March 2018, 5:00 P.M. EDT.

 


 


 


 


Evanuel Hairston, Phone 7323232094, Email evanuel.hairston@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP