United States - Request For Information- HFREMP Sustainment

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
06 May 2019
Opportunity publication date
06 April 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Apr 05, 2019 9:13 am

     

Request for Information (RFI)
HORIZONTAL FAST RISE ELECTROMAGNETIC PULSE
LIFE CYCLE SUSTAINMENT
Naval Air Warfare Center Aircraft Division
______________________________________________________________________________

RFI Number:  N00421-19-RFPREQ-0004
Classification Code:  58; Communication, detection, & coherent radiation equipment
NAICS Code(s):  334511 - Computer and Electronic Product Manufacturing
 
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 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.
 
BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS
 The HFREMP supports the development and assessment of military weapons systems by providing a cost-effective capability for test and evaluation (T&E) of aircraft, weapons systems, and vehicle programs in simulated electromagnetic pulse (EMP) environments. The HFREMP system was designed and built by L3 Applied Technologies (ATI), San Leandro, California in the 2008 - 2010 timeframe. The HFREMP system is used to generate the High Altitude EMP (E1) classified environment specified in MIL-STD-2169C. The system is comprised of a double-ended variable output pulser in which one end of a bicone wave-launch structure contains a pulser capable of producing -0.75 MV to -3 MV while the opposite end contains a pulser producing from +0.75 MV to +3 MV. When operated, a variable output differential voltage ranging from 1.5 MV to 6 MV appears at the variable gap center switch which self closes, thereby, launching a traveling wave on the bicone structures.
 The Naval Air Warfare Center Aircraft Division (NAWCAD), AIR 5.4.4.6 Electromagnetic Effects (EME) Branch is soliciting information and comments from industry on its ability to provide Horizontal Fast Rise Electromagnetic Pulse (HFREMP) system support including the manufacturing of unique component parts based on the original technical design, data, and drawings of the current HFREMP System located at Patuxent River, Maryland.  In addition to the unique component parts the contractor shall be able to support obsolescent component parts and the manufacturing of a secondary HFREMP System with the same form, fit, and function in the installation, operation, testing, and data collection by maintainers, operators, engineers, and the 5.4.4.6 community.    
 The NAWACD AIR 5.4.4.6 EME Branch current market research identifies L3 Applied ATI as the only source capable for the logistics, engineering, and material delivery support on the one-of-a-kind HFREMP System.  L3 ATI is the sole designer, developer, original equipment manufacturer (OEM), and integrator of the HFREMP System.
 Specific questions from industry requesting additional information into the requirement will be reviewed by the Government on a case-by-case basis.  The Government will respond to those request deemed relevant and beneficial for the purpose of this RFI.  
 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.  Responses that include information detailing potential tradeoffs or alternative solutions is encouraged.

 •·         Respondents shall include product specifications, release notes, functional descriptions and sketches with submission.  Product specification and sketches are not included in the final page count.
 •·         If applicable and able, 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 POC for each program, with email address and phone number.
  
ADDITIONAL INFORMATION
 In response to this RFI, respondents shall submit written responses, not-to-exceed three (3) pages in length via electronic mail.  Product specification, sketches, or listings of authorized distributors will not count toward the page limitation.  The Government is interested in receiving vendors' items they believe meet the requirement of this RFI.  Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA, and sent only to the contracts point of contact identified below.
 The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited.  While the Government intends to use this information for future acquisition planning purposes, it will not release any information about your approach that might in any way compromise your competitive posture or proprietary information.  The Government will not use any information provided to level your approach relative to another competition.  All information received in response to the 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 in accordance with 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 RFP 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 Federal Business Opportunities website: www.fbo.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 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, Greg Tollefsen at Greg.Tollefsen@navy.mil. The Contracting Officer, Sotanya Rushing, shall also be copied on email submissions at Sotanya.Rushing@navy.mil.  Proprietary information, if any, should be minimized and must be clearly marked.  Responses are due no later than 06 May 2019, 2:00 P.M. EST.

Opportunity closing date
06 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVAIR HQ United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?