INTRODUCTION
The Naval Air Systems Command (NAVAIR) intends to procure supplies and services required to test, repair, maintain and deliver the APX-123, Common Identification, Friend or Foe (IFF) Digital Transponder (CXP) Systems.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN, PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THIS IS NOT A REQUEST FOR PROPOSALS. 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 THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.
ELIGIBILITY
The applicable NAICS code is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The Product Service Code (PSC) is 5826 - RADIO NAVIGATION EQUIPMENT, AIRBORNE. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size.
ANTICPATED PERIOD OF PERFORMANCE
Anticipated period of performance is one (1) year.
ANTICIPATED CONTRACT TYPE
Firm fixed price contract line item numbers (CLINs).
REQUIRED CAPABILITIES
NAVAIR is seeking to contract directly with BAE Systems Information and Electronics (BAE); however, the Government will consider responses for the purpose of determining whether to conduct a competitive procurement. Tasking will consist of non-recurring engineering, reliability/sustainability improvements, qualification, test, repair and modification support, spare and repair parts for the APX-123, Common IFF CXP Systems and Change Kits, at multiple levels of certification.
SUBMISSION INFORMATION
The requested information herein is to assist the Government in conducting market research to determine if potential business sources have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirements described herein.
It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities. This documentation must address at a minimum the following:
Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Brittany Reynolds at [email protected] or Austin Foster at [email protected], in either Microsoft Word or Portable Document Format (PDF).
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.
All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.