Federal Bid

Last Updated on 20 Mar 2025 at 6 PM
Sources Sought
Lakehurst New jersey

NAWCAD WOLF CFRACAS+

Solicitation ID N6833525RFI0387
Posted Date 20 Mar 2025 at 6 PM
Archive Date 09 Apr 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Navair Warfare Ctr Aircraft Div
Agency Department Of Defense
Location Lakehurst New jersey United states 08733

Package Name: CFRACAS+

PSC Code: 7A21 – [IT and Telecom – Business Application Software]

NAICS Code: 541511 – [Custom Computer Programming Services]

This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). 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 that the U.S. Government will not pay for 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. 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.

This RFI is issued as part of a procurement strategy for the Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), Airborne Systems Integration (ASI) Division (TW11000) in support of the Navy Aviation Enterprise (NAE) Common Failure Reporting and Corrective Action System (CFRACAS) Tool (CFT). The commercial off the shelf (COTS) software listed below is used for integration of the CFT using MIL-HDBK-2155 as guidance. The baseline software is used for modification and tailoring of the CFT software to meet common and unique NAE requirements depending upon platforms utilizing an Agile development approach. The software is used to maintaining databases, monitoring database performance, and account management. The Reliasoft Master Synthesis Suite software, and the C-FRACAS data analytics module are customized and delivered to approximately thirty (30) Program Offices (PMAs).

This procurement includes CFRACAS+ Software Suite including an Unlimited Naval Reliasoft Master Suite inclusive of (Weibull++ with ALTA PRO and RGA add-ons, BlockSim with Event Simulation add-on, XFMEA, RCM++, Lambda Predict-All Standards), Maintenance for Asset Performance Framework (APF), Maintenance for XFRACAS Enterprise License (up to 499 users), and Maintenance for XFRACAS on additional thirty entities.

RESPONSES

Requested Information

Section 1 of the response shall provide administrative information and shall include the following as a minimum.

  • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact.
  • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business).

Section 2 of the response shall provide technical information, and shall include the following as a minimum.

  • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged.
  • Respondents shall include product specifications with submission. Product specifications are not included in the final page count.
  • If applicable, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.
  • 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 and marked as PRICE DATA.
  • Respondents should include a list of authorized distributors.

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. The Government utilizes Contractor Support Staff (CSS) for assisting in all aspects of its acquisition process, and each of those individuals does have signed non-disclosure statements on file as condition of their employment. 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.

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. If a solicitation is released, it will be synopsized on the System for Award Management (www.SAM.gov). 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 25 March 2025 to Lauren Clemmens at [email protected].

Bid Protests Not Available

Similar Past Bids

Patuxent river Maryland 21 Dec 2023 at 2 PM
Lakehurst New jersey 15 Mar 2021 at 1 PM
Saint inigoes Maryland 19 Jan 2024 at 3 PM
Saint inigoes Maryland 19 Jan 2024 at 3 PM
Lakehurst New jersey 20 Jan 2021 at 7 PM

Similar Opportunities

Lakehurst New jersey 10 Jul 2025 at 8 PM
Saint inigoes Maryland 30 Jul 2025 at 4 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Lakehurst New jersey 11 Jul 2025 at 8 PM
Lakehurst New jersey 10 Jul 2025 at 8 PM