NAWCAD WOLF Counter UAS Tower

expired opportunity(Expired)
From: Federal Government(Federal)
N6833521RFI0150

Basic Details

started - 02 Mar, 2021 (about 3 years ago)

Start Date

02 Mar, 2021 (about 3 years ago)
due - 08 Mar, 2021 (about 3 years ago)

Due Date

08 Mar, 2021 (about 3 years ago)
Bid Notification

Type

Bid Notification
N6833521RFI0150

Identifier

N6833521RFI0150
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710166)DEPT OF THE NAVY (157152)NAVAIR (14290)NAVAIR NAWC AD (6990)NAVAIR WARFARE CTR AIRCRAFT DIV (3082)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION Package Name: Counter UAS TowerPSC Code: 5445 – Prefabricated Tower StructuresNAICS Code: 332311 – Prefabricated Metal Building and Component ManufacturingThis 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 & Identification Systems (CI&IDS) Division has a requirement to provide a five 150’ Hydraulic Towers and one 85’ Hydraulic Tower to support CI&IDS Counter UAS.This RFI is issued as part of a procurement strategy for the CI&IDS Division. This procurement includes the subject towers with lightning protection, FAA lighting kit, lockouts, and a weather proof network switch box.RESPONSESRequested InformationSection 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 INFORMATIONThe 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 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. 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 Beta System for Award Management website: www.beta.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.HOW TO RESPONDInterested 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 11:00 A.M. EST 08 March 2021 to Shara Ruth at shara.ruth@navy.mil.

JOINT BASE MDL, NJ, 08733, USALocation

Place Of Performance : JOINT BASE MDL, NJ, 08733, USA

Country : United StatesState : New Jersey

You may also like

MWTC S6 Radio Warranty

Due: 14 May, 2024 (in 13 days)Agency: DEPT OF DEFENSE

Blue UAS Drone with Ground Station and accessories (Burns, OR)

Due: 04 May, 2024 (in 2 days)Agency: AGRICULTURE, DEPARTMENT OF

NAWCAD WOLF RAPID MAC - MONTHLY FORECAST June 2023

Due: 30 Jun, 2024 (in 2 months)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 332311
Classification CodeCode 5445