SOURCES SOUGHT
J -- Textron Systems Corporation Boresight Support Equipment Calibration, Testing, and Repair
- Notice Date
- 2/20/2025 7:44:03 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833525RFI0357
- Response Due
- 3/7/2025 2:00:00 PM
- Archive Date
- 03/22/2025
- Point of Contact
- Trevor Greig
- E-Mail Address
-
trevor.m.greig.civ@us.navy.mil
(trevor.m.greig.civ@us.navy.mil)
- Description
- Request for Information (RFI) Boresight Support Equipment Calibration, Testing, and Repair AH-1Z Aircraft Program Naval Air Warfare Center Aircraft Division, Lakehurst PSC: J049 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MAINTENANCE AND REPAIR SHOP EQUIPMENT NAICS: 811210 - Electronic and Precision Equipment Repair and Maintenance REQUEST FOR INFORMATION PURSUANT 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 that the U.S. Government will not pay for 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. 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. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS NAWCAD Lakehurst is soliciting information and comments from industry on its ability to provide calibration, testing, and repair of Boresight Support Equipment. It is the Government's intention to issue a sole source Basic Ordering Agreement (BOA) to Textron Systems Corporation (CAGE: 97384) for the calibration, testing, and repair of Boresight Support Equipment (SE). The Boresight SE includes AH-1Z Special Purpose Boresight Adapter Set, Advanced Boresight Equipment (ABE) Model 310, Cockpit Tracking Module (CTM) Adapter Set, and H-1 Cockpit Mapping Boresight Adapter Set. Textron Systems Corporation is the Original Equipment Manufacturer (OEM) for the ABE Model 310, and the sole developer of the calibration processes for the ABE Model 310, AH-1Z Special Purpose Boresight Adapter Set, CTM Adapter Set, and H-1 Cockpit Mapping Boresight Adapter Set. Textron Systems Corporation holds the proprietary rights to technical data and processes to provide the required calibration, alignment and repair of this Boresight SE. RESPONSES Requested Information Responses 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, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Response shall also provide technical information, and shall include the following as a minimum: Interested parties shall respond with existing capabilities or products that they believe would meet the Government's requirement. Responses 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 (DoHS) 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. 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 INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the 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. 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 RFP that may be issued. Information provided in no way binds the Government to solicit or award a contract. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. If a solicitation is released, it will be synopsized on the System Award for Management (SAM) website: www.sam.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Responses shall be limited to 10 pages and submitted via e-mail only to trevor.m.greig.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d5b752e7b7fb4049b1b3dedae20f914c/view)
- Record
- SN07349083-F 20250222/250220230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |