The RFP Database
New business relationships start here

Request for Information for Engineering Services in support of the PMA-208 System for Navy Target Control (SNTC)


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

The Naval Air Systems Command (NAVAIR) is surveying the marketplace for all interested parties, and is requesting information and comments from industry.  NAVAIR Patuxent River is requesting responses from vendor sources with the requisite knowledge, experience, and technical expertise to provide services to maintain and enhance the System for Navy Target Control (SNTC) and its operational software. The expectation of services to be provided is as follows: engineering (to include, but not limited to investigations, recommendations for technological insertions, Technical Data Packages, etc.), logistics (to include, but not limited to supply support, repairs services, testing, support of technical manuals, etc.), obsolescence management, configuration management and requirements management. This list is not all inclusive and other taskings related to engineering or logistics may be considered in the future.
Support requirements are applicable to the following part numbers:
Transponder PN: AY99280-1
Transponder PN: AY99280-6
Transponder PN: AY12602
Transponder PN: AY12600
Test Set PN: AY99800
Test Set PN: AY10875
Test Set PN: AY12677
Test Set PN: AY12675
Airborne Relay PN: AY99850
Airborne Relay PN: AY10850
Airborne Relay PN: AY12652
Airborne Relay PN: AY12650
Ground Radio Frequency Unit PN: AY99220
Ground Radio Frequency Unit PN: AY00880
Ground Radio Frequency Unit PN: AY10825
Ground Radio Frequency Unit PN: AY12627
Ground Radio Frequency Unit PN: AY 12625
Mission Control Console PN: AY03300-1
Mission Control Console PN: AY03300-2
Mission Control Console PN: AY03300-3
Target Control Console PN: AY00600-1
Target Control Console PN: AY00870-1
Target Control Console PN: AY99160-1
Payload Command Panel PN: AY00470
Target Antennas PN: AO(435)MON
Target Antennas PN: AO(390)MON 

REQUIREMENTS: 
This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned Basic Ordering Agreement covering the services necessary to maintain and enhance the SNTC and its operational software. The SNTC system consists of a Ground Control System and RF System, which together provide remote control of air, ground and seaborne targets used for fleet training, as well as weapon systems Test and Evaluation. Both hardware and software developmental and qualification efforts are expected during the period of performance.  Interested parties may submit technical literature/brochures on solutions that meet these requirements.  Any other relevant information may also be submitted for consideration to aid in refinement of this requirement.

RELEVENT SPECIFICATIONS:
PSD_SNTC, Rev C, Performance Specification for System for Naval Target Control (SNTC)
PMA208-15001, Revision A, NAVAIR Performance Specification for the Navy Common Datalink
PMA208-12006, Rev H, NAVAIR Design Specification for the Navy Common Datalink Transponder
PMA208-12003, Rev G, NAVAIR Design Specification for the  Navy Common Datalink GRFU
PMA208-12004, Rev G, NAVAIR Design Specification for the  Navy Common Datalink Airborne Relay
PMA208-12005, Rev E, NAVAIR Design Specification for the  Navy Common Datalink Test SetThe specifications listed are marked with Distribution Statement D, which authorizes distribution of the document to U.S. Government agencies and their contractors because data contains critical technology. Please contact Christine Sager, NAVAIR Contract Specialist, at christine.sager@navy.mil to request a copy of the specifications.  In order to receive a copy of the specifications, all vendors must provide a current and active Cage Code to confirm their status as a U.S. Government contractor.  Cage code status will be confirmed via the System for Award Management (SAM) at www.SAM.gov.  For assistance in registering your company, please engage the SAM helpdesk at https://fsd.gov/fsd-gov/home.do.

THIS RFI IS NOT A REQUEST FOR PROPOSAL.  It is a market research tool being used to determine potential and eligible vendors capable of providing 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 notice.

All interested businesses are encouraged to respond. 

SUBMITTAL INFORMATION: 
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements outlined above.  This documentation must address, at a minimum, the following: 


Company Contact Information to include: Company Name, Company Address, Cage Code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
Company Profile to include:  Number of employees and DUNS number;
Statement regarding capability

If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in the specifications. 

The capability statement package shall be sent via email to AIR- 2.4.3.3.4 NAVAIR Lakehurst Contracts, Christine Sager, christine.sager@navy.mil.  Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 31 May 2017. 

All interested parties must submit written responses, preferably via electronic mail. The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited. While the Navy 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 Navy will not use any information provided to level your company's approach relative to another competitor. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Navy 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 Navy 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/RFQ that may be issued. Information provided in no way binds the Navy 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.


Christine Sager, Phone 732-323-1600, Email christine.sager@navy.mil - Diana Harritt, Contracting Officer, Phone 301-757-5954, Email Diana.Harritt@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP