This is a request for information only. There is no solicitation package available. The Naval Air Warfare Center Aircraft Division Lakehurst is seeking sources that may be capable of providing Performance Based Logistics (PBL) support service for the Consolidated Automated Support System (CASS) Electro Optical Subsystem (EOSS). The EOSS PBL support would be for approximately 52 production units over an anticipated period of performance of 1 Oct 03 through 30 Sept 08. The support would consist of providing a 24-hour response of ready for issue (RFI) EOSS assets from a contractor's facility on a broad arrow requisition delivered from a Navy Inventory Control Point. For non-broad arrow requisitions, a maximum of 30-day response to a requisition for a ready for issue asset is acceptable. The contractor is responsible for repairing, calibrating, inventorying, tracking and reporting non-RFI assets and managing inventory to assure the 24 hour or 30 day response times can always be met. The contractor is responsible to purchase additional quantities of inventory should they prove necessary to meet the above response times. Additionally, the contractor will act as a mini-Fleet Industrial Supply Center (FISC), will interface with a Navy database and will be responsible for managing the obsolescence and reliability requirements for the EOSS. The Navy has a Technical Data Package (TDP) detailing the current configuration of the EOSS. The TDP is currently under evaluation to determine its accuracy and completeness. Also, the Navy has an existing stock of repairable assembly spares and production/testing equipment that could transition to the prospective contractor but may not be sufficient to meet the 24 hour/30 day response time requirement or support the entire effort. These include, but are not limited to, circuit card assemblies, Video Processor Assemblies (VPA), Integrated Photonics Assemblies (IPA), Collimator Housing Assemblies (CHA), Laser Attenuation Modules (LAM), Line Source Target assemblies, radiometers, beam-splitters, probes, scopes, theodolites, mounting arms, holding fixtures and optical tables.Additionally, approximately 18-24 months into this effort, the existing configuration of the EOSS will be upgraded to meet a new F-18 AT-FLIR requirement. The contractor will need to be capable, during this transition phase, of supporting the current configuration and working with the manufacturer of the EOSS upgrade, Northrop Grumman Corp., to plan and effectively transition the PBL support from the existing configuration to the upgraded configuration. It is anticipated that the new configuration will have an upgraded LAM, CHA, IPA, and VPA. A written response detailing corporate capability to support the requirements above is required. Specific information concerning past experience performing PBL requirements for sophisticated EO equipment is desired. The Government will not pay for any information received in response to this request nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Responses should cite RFI number N68335-03-RFI- 0003 and be addressed to the attention of Ms. Dawn Chartier, Code 25222. All responses are due 20 November 2002.
Bid Protests Not Available