electronic Consolidated Automated Support System (eCASS) Performance Based Logistics (PBL) Management

expired opportunity(Expired)
From: Federal Government(Federal)
N68335-21-RFI-3110

Basic Details

started - 25 Jun, 2021 (about 2 years ago)

Start Date

25 Jun, 2021 (about 2 years ago)
due - 12 Jul, 2021 (about 2 years ago)

Due Date

12 Jul, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
N68335-21-RFI-3110

Identifier

N68335-21-RFI-3110
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE NAVY (156349)NAVAIR (14246)NAVAIR NAWC AD (6971)NAVAIR WARFARE CTR AIRCRAFT DIV (3076)
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 INFORMATIONPURSUANT TO FAR 15.201(e) – THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 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 whatsoever.  Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals.  Responders are advised the U.S. Government will not pay 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.  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. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued.  If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website:  www.sam.gov.  It is the potential vendor’s responsibility to monitor this site fort the release of any follow-on information.BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTSThe electronic Consolidated Support System (eCASS) is the Navy's 21st century Automated Test System (ATS) used to support repairs of  AV-8, E-2D, EA-18G, FA-18, F-35, H-1, H-53, H-60, T-45 & V-22 avionics and weapon systems at Fleet Readiness Centers (FRCs) ashore and Aircraft Intermediate Maintenance Department (AIMD) afloat.  The eCASS system is comprised mainly of Commercial off the Shelf (COTS) components from key vendors such as Textron Systems, National Instruments, Teradyne Inc., Ametek Programmable Power and Keysight Technologies.– Electronic CASS or eCASS.The Naval Air Warfare Center Aircraft Division, Lakehurst intends to issue a solicitation for eCASS AN/USM-730 to include: eCASS Hybrid (HYB), Radio Frequency (RF), High Power (HP), and Electro Optic (EO) configurations The eCASS systems, are installed at Fleet as well as land-based sites in CONUS (Continental US) and OCONUS (Outside Continental US) locations. In addition, this acquisition will include parts support during installation and de-installation support for all eCASS variants. Sustainment support of numerous repairable and consumable items, obsolescence and reliability management, The Contractor response to this RFI is expected to consist of a description of the Contractors ability to provide PBL or similar support for the eCASS Systems.  All comments or discussions pertaining to improving or enhancing the procurement should be submitted. Topics that are of interest to the Government are:Ideas on providing PBL or similar strategy for significant cost savingsIdeas on creating Government-Industry partnerships to create cost efficiencies and increased readinessContract structure Firm Fixed Price, Cost Plus Fix Fee or another type?Cost sharing/Profit sharing ideas to incentivize efficiencies in this contractUse of Data Analytics or other predictive tools to decrease touch laborInnovative tools for Obsolescence monitoring to decrease touch laborFlow down requirements to subcontractorsTransition challenges from previous contracts to this contract.Upon contract award, should a ramp-up period be included? If so, how would it be accomplished?Upon award, how much time would a contractor need from date of award to achieve full performance capability?Potential risks and recommended mitigation?What would be the optimal timeframe for length of this contract? Please explain.Innovative ideas for reliability improvement/failure reductionElaborate/discuss any ideas or suggestions not covered in questions 1 through 13 above.REQUESTED 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 contractual 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.If applicable and able, 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.  It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.Respondents are requested to provide their estimated time it would take to submit a proposal After Request for Proposal release.HOW TO RESPONDInterested parties are requested to respond to this RFI with a PDF Document Format.  Responses shall be limited to 10 pages and submitted via e-mail to the Contracting Officer, Eric Waterman, shall also be copied on email submissions at eric.waterman@navy.mil.   Proprietary information, if any, should be minimized and must be clearly marked.  Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation.  Responses are due no later than 15 Days after posting.                                                                    Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review.  It is the potential vendor’s responsibility to monitor the SAM (www.sam.gov) site for the release of any follow-on information.

LKE. JB MDL BLDG 271 HIGHWAY 547  JOINT BASE MDL , NJ 08733  USALocation

Place Of Performance : LKE. JB MDL BLDG 271 HIGHWAY 547 JOINT BASE MDL , NJ 08733 USA

Country : United StatesState : New Jersey

You may also like

CFM F108 Engine Performance Based Supply Chain Management Support Follow-On

Due: 15 May, 2024 (in 25 days)Agency: DEPT OF DEFENSE

EXPLOSIVE DETECTION SYSTEM (EDS) PERFORMANCE BASED LOGISTICS (PBL)

Due: 30 Nov, 2030 (in about 6 years)Agency: TRANSPORTATION SECURITY ADMINISTRATION

Please Sign In to see more like these.

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

Classification

naicsCode 334519Other Measuring and Controlling Device Manufacturing
pscCode 6635Physical Properties Testing and Inspection