Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Upgraded Portable Operating System Universal Serial Bus (USB) Module (POSUM) with an internal 64GB chip-on-disk utilizing an industrial grade solid-state flash memory for the Signal Generator Test Set (SGTS)

Process Number N6833522R0086

USA

Dates:


Notice ID:

N6833522R0086

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

NAVAIR WARFARE CTR AIRCRAFT DIV

Office:

NAVAIR WARFARE CTR AIRCRAFT DIV

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 23, 2021 12:00 pm est

Inactive Policy:

manual

Original Inactive Date:

dec 23, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

7k20 - it and telecom it and telecom

NAICS Code:

334413 - semiconductor and related device manufacturing

Description:


Original Set Aside:

REQUEST FOR INFORMATION PURSUANT TO FAR 6.302-1(ii)(A) – 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 SAM.gov website: www.sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ seeks potential sources to upgrade Portable Operating System Universal Serial Bus (USB) Module (POSUM) with an internal 64GB chip-on-disk utilizing an industrial grade solid-state flash memory for the Signal Generator Test Set (SGTS). The Government seeks to procure a maximum quantity of 800 POSUMs, updated Test Program Sets, and install software vulnerability updates to support the US Navy and Foreign Military Sales. SUBMITTAL INFORMATION: 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 meet the requirements outlined above. This documentation must address, at a minimum, the following: 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 contractual 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. • Production Lead Times • Unit Pricing o Responses shall include current price list o Any available discounts o NOTE: Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. • List of existing Certifications and Standards • Projected End of Life (EOL) Date • Describe Warranty Options • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. • Respondents should include a list of authorized distributors. HOW TO RESPOND Interested parties are requested to respond to this RFI by email to BL34100 NAVAIR Contracts, Darla M.Kelly, at darla.m.kelly2.civ@us.navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 03 January 2022. Proprietary information, if any, should be minimized and must be clearly marked. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the sam.gov website: www. sam.gov. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

Attachments / Links:


Document Size Updated date Download

Contact Information:


LKE. JB MDL BLDG 271 HIGHWAY 547

JOINT BASE MDL , NJ 08733

USA

Primary Point of Contacts:

Darla M Kelly

Secondary Point of Contact:

Eric L. Waterman