This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), Combat Integration & Identification Systems (CI&IDS) (TW12) has been tasked by the Naval Air Traffic Management Systems Program Office (PMA-213) and Foreign Military Sales-Canada and to provide and maintain the AN/UPX-24(V) Interrogator Sets using Power Supply Units (PSU).
This RFI is issued as part of a procurement strategy for the PSU. This procurement includes a PSU specifically designed for shipboard Identification, Friend or Foe (IFF) system applications, and that meets internally developed signal routing IFF Mode 5 design requirements on the Control Processor (CP-1273) for the AN/UPX-24(V) Interrogator Sets.
Physical requirements include:
The PSU must be capable of meeting Military Environmental Stress Screening Testing and the following Department of Defense (DOD) and Military Standards (MIL-STD):
RESPONSES
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.
ADDITIONAL INFORMATION
The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.
In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors’ price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA.
The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded IAW the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.
HOW TO RESPOND
Interested parties shall respond within five (5) 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 (not to exceed ten (10) pages) via e-mail no later than 14 May 2024 to Truman Harris at [email protected].