REQUEST FOR INFORMATION - SOURCES SOUGHT FOR
Advanced Stabilized Glide Slope Indicator (ASGSI)
INTRODUCTION
This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information. There is no solicitation package available.
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of Advanced Stabilized Glide Slope Indicator (ASGSI) system hardware, technical support services, software updates, repair, repair parts, material, technical data and associated travel.
ELIGIBILITY
The applicable PSC code for this procurement is J016- Machine Predictions for Product Service Codes. The NAICS for this requirement is 811210 - Other Electronic and Precision Equipment Repair. In addition, small businesses are required to provide the following information to enable the Government to determine eligibility.
REQUIREMENTS
This notice is issued solely for market research purposes to identify potential sources and gauge industry interest and capability.
The ASGSI is a precision optical landing aid used aboard U.S. Navy aircraft carriers to assist pilots in maintaining the proper glide slope during approach. Due to the proprietary design, technical specifications, and performance requirements of the ASGSI, all parts and services must be sourced directly from, or authorized by, the OEM to ensure compatibility, safety, and compliance with Navy standards.
The anticipated requirement will cover the following:
CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS
Interested companies are invited to submit a Capabilities Package of no more than 3 pages in length, single spaced, 12 point font minimum. The Capabilities Package will be used to determine a company's ability to meet the requirements and the information requested in the Capability Package Submittal Information and Instructions 1-4.
The Government requests interested companies submit documentation to address the following information:
1. Company Name and Address; applicable CAGE code, company point of contact and position along with contact information.
2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status.
3. Manufacturing capability to include the ability to meet the reqruiment, facility size, throughput capacity, previous Government projects to include the role of prime or subcontract if applicable.
4. Manpower to include the number of company employees and applicable skill sets.
The Government may subsequently opt to conduct company site visits to further determine eligibility and capability.
The purpose of this RFI is to identify potential contractors capable supplying the above requirements. Please note that this Request for Information is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and Government is not obligated to award a contract as a result of this announcement. Respondents are notified that a formal solicitation MAY NOT necessarily result from this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government.
HOW TO RESPOND
Interested companies shall respond within five (5) business days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI via e-mail no later than 8 July 2025, 5:30 PM EDT to Contract Specialist, Kelly Gray at [email protected].