Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2025 SAM #8599
SOURCES SOUGHT

15 -- Navy Procurement of Four (4) E-2D Advanced Hawkeye

Notice Date
6/10/2025 3:47:07 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-25-RFPREQ-TPM231-0428
 
Response Due
6/25/2025 1:30:00 PM
 
Archive Date
07/10/2025
 
Point of Contact
Nathan Blankenship, Evan Riedell
 
E-Mail Address
nathan.s.blankenship2.civ@us.navy.mil, evan.n.riedell.civ@us.navy.mil
(nathan.s.blankenship2.civ@us.navy.mil, evan.n.riedell.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This announcement constitutes a Request for Information (RFI) to identify potential procurement sources for the capability and experience to produce and deliver four (4) additional E-2D Advanced Hawkeye (AHE) aircraft in support of U.S. Navy fleet requirements. This effort includes: The manufacture and delivery of four (4) fully mission-capable E-2D Advanced Hawkeye aircraft; Integration of all required mission systems, sensors, and communications equipment; Performing all required airworthiness testing and certification activities; Providing logistics, spares provisioning, and sustainment support; Maintaining configuration and data management in accordance with applicable Navy standards; Providing program management, reporting, and contract support activities. Other activities to support production of the E-2D Advanced Hawkeye The Government does not possess the production level technical data package for the E-2D Advanced Hawkeye. If you believe you are capable of meeting this capability, demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. You may also highlight unique data generation techniques used by your company, or areas where modifications can be performed, or the capability can be provided, without technical data provided by the Government or OEM. For the FY26 through FY30 production contract, interested businesses shall demonstrate the capability to meet the Government�s required timeline. You may also submit information that demonstrates how you could potentially meet this requirement for future production opportunities. The E-2D program office plans to utilize these services and supplies to support E-2 aircraft from FY26 through FY30. The Government will provide APN-1 funding where required to support these efforts. Additionally, the vendor will complete all projects, engineering and logistics services required under this program to support redesign, non-recurring engineering, and production efforts. Additionally, the vendors will provide technical assistance, associated logistics support, systems integration, testing, program management, and configuration management services. Interested vendors must meet pre- qualification requirements in order to be eligible for consideration. This is NOT a Request for Proposal (RFP). Firms that can meet the USN�s requirement in the timelines identified above are encouraged to identify themselves. Vendors interested in responding to the RFI shall provide a one to two page overview statement addressing the following: 1) Brief statement of interest/capabilities; 2) Any other information at vendor discretion such as catalogs, drawings/illustrations, technical manuals, training description/material, pricing, testing documentation, brochures and/or any other documentation that describes the capabilities, interfaces and specifications; 3) Respondents should identify any Government customer who has procured these services that meet the requirements and provide customer point of contact, including a telephone number, e-mail address or web site. Responses may be submitted electronically to the email address provided below. Responses are requested by 25 June 2025. Earliest possible response is encouraged. Responses will be reviewed and additional information may be requested from individual vendors if desired by the Government. This RFI does not constitute a commitment from the Government to issue a solicitation, make an award or awards, or be responsible for any monies expended by any interested party in support of the effort described above. The Government reserves the right to review and use the data submitted at its own discretion. Upon request, the Government will protect proprietary information from unwanted disclosure. Any such requests shall be submitted with the statement of capabilities. Email responses to Nathan Blankenship at nathan.s.blankenship2.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3f6c16c1a37f43b1a8a60f8a63980202/view)
 
Place of Performance
Address: Melbourne, FL 32904, USA
Zip Code: 32904
Country: USA
 
Record
SN07472716-F 20250612/250610230053 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.