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 the U.S. Government will not pay 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. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. 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. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site fort the release of any follow-on information.
BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS
The Navy’s Consolidated Automated Support System (CASS) Family of Testers, managed by the Naval Air Systems Command (NAVAIR), PMA260, is the Navy’s standard ATE for support of electronic systems and is also a DoD designated ATS Family. The CASS Family primarily provides support for naval aviation systems (Navy air and Marine air) at the intermediate maintenance level of support both ashore and afloat in addition to naval aviation repair depots and international program’s repair sites. The CASS Family of Testers is now defined by three generations of Family members and variants grouped by:
– Mainframe CASS
– Reconfigurable-Transportable CASS or RTCASS
– Electronic CASS or eCASS.
The Naval Air Warfare Center Aircraft Division, Lakehurst (NAWCADLKE) intends to issue a solicitation for CASS Family of Testers for Performance Based Logistics support that include: AN/USM-636 Consolidated Automated Support System (CASS) to include the Hybrid configuration, Radio Frequency (RF) configuration, Communication-Navigation-Identification (CNI) configuration, High Power Device Test Sets (HPDTS) as well as CASS subsystems and ancillary devices. AN/USM-702 Reconfigurable Transportable Consolidated Automated Support System (RTCASS); and AN/USM-730 ECASS to include: eCASS Hybrid (HYB), Radio Frequency (RF), High Power (HP), and Electro Optic (EO) configurations The CASS, RTCASS and ECASS systems, ancillary components and OTPS’s are installed at Fleet as well as land-based sites in CONUS (Continental US) and OCONUS (Outside Continental US) locations. In addition, this acquisition will include parts support during installation and de-installation support for all ECASS, CASS and RTCASS variants. Sustainment support of numerous repairable and consumable items, obsolescence and reliability management, CASS and RTCASS Station reclamation of assets, and sustainment engineering support.
The Government team will also consider breaking the procurement into three lots based on the three requirement’s or any combination of the three if it is decided that is in the Governments best interest.
SCOPE – CONTRACTOR RESPONSE TO RFI
The Contractor response to this RFI is expected to consist of a description of the Contractors ability to provide PBL support to the CASS FOT. All comments or discussions pertaining to improving or enhancing the procurement should be submitted. Topics that are of interest to the Government are:
REQUESTED INFORMATION
Section 1 of the response shall provide administrative information, and shall include the following as a minimum:
Section 2 of the response shall provide technical information, and shall include the following as a minimum:
HOW TO RESPOND
Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Contract Specialist, Stephen Winkler @ [email protected]. The Contracting Officer, Eric Waterman, shall also be copied on email submissions at [email protected]. Proprietary information, if any, should be minimized and must be clearly marked. Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation. Responses are due no later than 30 Days after posting.
Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. It is the potential vendor’s responsibility to monitor the SAM (www.sam.gov) site for the release of any follow-on information.