Search Contract Opportunities

E2D RADAR OTPS PHASE 3&4 (1)   3

ID: N68335-21-R-0059 • Type: Sources Sought • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

E-2D RADAR OTPS (Phase 3 & 4) GROUP 1

Depot Level Test Program Sets (TPS)/

Operational Test Program Sets (OTPSs)

For use with eCASS

The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to the program management, logistics, non-recurring engineering (NRE), integration, testing, inspection, Engineering Development Models (EDM), production, Fleet Introduction (FI), and fielding for the Test Program Sets (TPS) to support the Units Under Test (UUTs). This requirement also includes the efforts required to support the Risk Management Framework (RMF) Authority To Operate (ATO) or Assess Only (AO) process, and cyber test requirements for the E-2D Radio Detection and Ranging (RADAR) Operation Test Program Set (OTPS). All Information Technology (IT) systems, Operational Test Program Hardware (OTPH), Panel Interface Devices (PID), or auxiliary equipment shall herein be referred to as an IT system. For all IT systems that receive, process, store, display, or transmit DoD information to be delivered to the government, the contractor shall ensure that the delivered IT system can successfully complete the RMF process if determined applicable. These TPSs will provide support for the E-2D Advanced Hawkeye program and will be used at the Depot level to provide test and repair capabilities for the UUTs. This consists of the procurement of two (2) Engineering Development Model (EDM) units (which will be brought up to Production standards after testing is completed) followed by two (2) additional Production units, for a total of four (4) OTPS copies per configuration and Specialized Test Equipment (STE) to address Depot Level Repair capability of four (4) AN/APY-9 Radar Avionics Line Replaceable Modules (LRM) to be tested using the electronic Consolidated Automated Support System (eCASS) and the STE organically at the Depot.

THE GOVERNMENT DOES NOT POSSESS THE TECHNICAL DATA PACKAGE TO ALLOW FOR A COMPETITIVE PROCUREMENT.

The Government is seeking industry input to assist in identifying features and approaches to meet the general 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. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

INTERESTED SOURCES SHOULD PROVIDE THE FOLLOWING INFORMATION:
- Company description (company size, cage code)

- Company Point of Contact (name email/phone)

- Manufacturing capabilities, including examples and photographs of manufactured items.

- Relevant history manufacturing similar parts and utilizing similar processes.

- Rough Order of Magnitude (ROM) on any currently available product or capability that

will meet the Navy requirements.

- Provide all applicable federal standards, policies, and regulations met.

- Provide Quality Assurance systems in place, certifications, capabilities, and qualifications.

- Provide any additional information that will assist in understanding responses to this RFI.

All interested parties must submit written responses via electronic mail to Desiree Pendleton, desiree.pendleton@navy.mil no later than five (5) days after the post date of this RFI. 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. Proprietary data MUST be marked PROPRIETARY on a page-by-page basis and will be kept confidential and protected where so designated. 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. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. Respondents may provide information and Rough Orders of Magnitude (ROM) on any currently available product or company capabilities that will meet the Navy's requirements. If a solicitation is released, it will be synopsized on the BetaSam website located at https://beta.sam.gov/. It is the potential vendor's responsibility to monitor this site for the release.

Overview

Response Deadline
Jan. 26, 2021, 12:00 p.m. EST Past Due
Posted
Jan. 21, 2021, 6:22 p.m. EST
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
42%
Signs of Shaping
The solicitation is open for 4 days, below average for the NAWC Aircraft Division.
On 1/21/21 NAWC Aircraft Division issued Sources Sought N68335-21-R-0059 for E2D RADAR OTPS PHASE 3&4 (1) due 1/26/21. The opportunity was issued full & open with NAICS 334515 and PSC 6625.
Primary Contact
Name
Desiree Pendleton   Profile
Phone
(732) 323-2155
Fax
(732) 323-2359

Documents

Posted documents for Sources Sought N68335-21-R-0059

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N68335-21-R-0059

Award Notifications

Agency published notification of awards for Sources Sought N68335-21-R-0059

Contract Awards

Prime contracts awarded through Sources Sought N68335-21-R-0059

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N68335-21-R-0059

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N68335-21-R-0059

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAIR WARFARE CTR AIRCRAFT DIV
FPDS Organization Code
1700-N68335
Source Organization Code
100255266
Last Updated
Feb. 10, 2021
Last Updated By
desiree.pendleton@navy.mil
Archive Date
Feb. 10, 2021