Upgrade of APX-119 –0530 Transponders to the –0540 version and Digital Control Panels (DCPs)

expired opportunity(Expired)
From: Federal Government(Federal)
N00019-25-NORFP-APM271-0030

Basic Details

started - 27 Mar, 2024 (1 month ago)

Start Date

27 Mar, 2024 (1 month ago)
due - 12 Apr, 2024 (16 days ago)

Due Date

12 Apr, 2024 (16 days ago)
Bid Notification

Type

Bid Notification
N00019-25-NORFP-APM271-0030

Identifier

N00019-25-NORFP-APM271-0030
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709029)DEPT OF THE NAVY (156968)NAVAIR (14274)NAVAIR HQS (3698)NAVAL AIR SYSTEMS COMMAND (3301)
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.

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 being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The results of this sources sought will be utilized to determine if the required service exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. The result of this market research will contribute to determining the
method of procurement.INTRODUCTIONNaval Air Systems Command (NAVAIR), E-6B Aircraft Program Office (PMA-271) located in Patuxent River, Maryland issues this sources sought notice for the upgrade of fifty-one (51) APX-119 –0530 Transponders to the –0540 version, and twenty-three (23) Digital Control Panels (DCPs). The anticipated period of performance is five years from the date of award.The APX-119 Identification Friend or Foe (IFF) transponder provides identification, altitude, and surveillance reporting in response to challenges from airborne, ground-based, and surface interrogators. The IFF system is controlled by the DCP on the aircraft.Funding for design and development and non-recurring engineering will not be provided. The Government will not provide funding for a new business to enter the market for costs incurred to develop any of the requirements identified above.REQUIRED CAPABILITIESInterested parties may submit Capability Statements identifying their interest and ability to respond to the requirement. Only Capability Statements received on or before the response date indicated on this notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications: Ability to repair (if needed), upgrade, and deliver the required quantities of the APX-119 Transponder and DCP.Ability to complete Traffic Alert and Collison Avoidance System (TCAS) Interoperability testing if required.Ability to obtain Department of Defense (DoD) AIMS certification if required.ELIGIBILITYThe applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing) with a Small Business size standard of 1,350 (number of employees). The applicable Product Service Code (PSC) is 6340 (Aircraft Alarm and Signal Systems). All interested parties must be registered in SAM.gov to be eligible for award of Government contracts. SUBMISSION CONTENTThe requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above.Corporate InformationCompany’s name and address.Company’s point of contact including email address and phone number who is able to discuss the response submitted.Company’s business size and list of NAICS codes under which goods and services are provided.General corporate information.Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disable, veteran owned, HUB ZONE, etc.)Major products and primary customer baseStatement as to whether interest in this sources sought notice is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilitiesSpecific Sources Sought Information RequestedThe response should include a concept summary written from a system solution perspective showing how the concept and development methodology could satisfy the requirements defined herein and should at a minimum include the following: Proposed approach to meet the Government's complete requirements described aboveA detailed list of anticipated end product technical data.Rough Order of Magnitude (ROM) costs and schedule for APX-119 and DCP equipment deliveries, repairs and updates.If an interested party would team with other parties, the capability statement would need to discuss how the work efforts would be separated, the corporate relationship between the parties (i.e. team arrangement, prime-subcontractor, joint venture, etc.)A description of the company’s past experience and performance on similar contracts. Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available. This description should address current and prior experiences within five years from the date of this notice. If no similar experiences exist, please address future capabilities. Any future capabilities should provide an outline to the ability to deliver to the requirements defined herein.Specific Commercial Information RequestedThe response must answer the following questions: Are any of these items/services Commercial Items per FAR 2.101(b)? YES NOIf YES to #3.3a above are these items available with a PUBLISHED Catalog/Price List? YES NOIf YES to #3.3b above can you supply us with a copy of your Price List? YES NOIf NO to #3.3a above – if these items are not currently in the commercial market place, will these items be available in the commercial market place? YES NOIf YES TO #3.3a above can you provide UNREDACTED commercial sales history, listing in catalogs and brochures, known established price list to commercial market place, availability or announcement to the general public? YES NOAny other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company’s capability.SUBMISSION DETAILS Means of Delivery: All Capability Statements should be sent via email to Diane McCauley at diane.m.mccauley.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the Subject “CONTRACTOR NAME E6B APX-119 PROCUREMENT”.Media: Responses shall be in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF).Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum.Marking: If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). All responses must be unclassified.Submission Information: Interested parties shall respond no later than 10:00 (Eastern) on 29 February 2024.

USALocation

Place Of Performance : N/A

Country : United States

Office Address : NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION PATUXENT RIVER , MD 20670-5000 USA

Country : United StatesState : MarylandCity : Patuxent River

You may also like

ISO 18000 6C Compliant Transponders

Due: 30 Dec, 2030 (in about 6 years)Agency: Contracts

Classification

naicsCode 334511Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
pscCode 6340Aircraft Alarm and Signal Systems