Ohio Bids > Bid Detail

AIU/Comm Tray Procurement

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159870012587953
Posted Date: Apr 18, 2024
Due Date: May 3, 2024
Solicitation No: N00019-24-RFPREQ-APM290-0686
Source: https://sam.gov/opp/7ccc58000a...
Follow
AIU/Comm Tray Procurement
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-APM290-0686
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2024 11:06 am EDT
  • Original Response Date: May 03, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5985 - ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT
  • NAICS Code:
    • 334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
  • Place of Performance:
    West Chester , OH 45069
    USA
Description

THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.



The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information on capability of development and manufacturing the Antenna Interface Units (AIU), Communication Trays, and associated technical data to support the P-8A aircraft.





NAVAIR is seeking companies that have the capability to manufacture and deliver up to 75 units of each the AIU and Communication Tray (150 total). Deliveries must occur no later than April 2026.





SUBMISSION DETAILS:



Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of 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.




  1. Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status.

  2. Teaming/Licensing Agreement (or equivalent): Due to the fact that Pole Zero is the only entity with sufficient technical data to manufacture each AIU/Comm-Tray, each interested party (other than Pole Zero) must include a teaming agreement (or equivalent document) signed by Pole Zero indicating that Pole Zero agrees to partner with or be a subcontractor to the interested party for the contemplated procurement.

  3. Execution: A description of the technical approach for meeting schedule and performance requirements of the contemplated procurement. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance.

  4. Experience: A description of previous (awarded within last 3 years) or current relevant contracts.

  5. Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements.

  6. Security: A description of facility and personnel security regarding the handling and storage of classified information and hardware.

  7. Any other specific and pertinent information as pertains to this procurement that would enhance our consideration and evaluation of the Capability Statement.





Responses to this RFI are not to exceed 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper markings for unclassified and proprietary information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contract who is able to discuss the material submitted. Point-of-contract information shall include name, position, phone number, and e-mail address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions shall be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to the capability statement packages, but may request additional information following review. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.





This capability statement package shall be sent by e-mail to Jacob Kost at jacob.r.kost2.civ@us.navy.mil and Brittney Davis at brittney.f.davis.civ@us.navy.mil.






Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 18, 2024 11:06 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >