Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Соединенных Штатов Америки


Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Remote Display Units and Filter Box Kits (Соединенные Штаты Америки - Тендер #55829280)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Номер конкурса: 55829280
Дата публикации: 24-07-2024
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Remote Display Units and Filter Box Kits

Active
Contract Opportunity
Notice ID
N68335-24-RFI-0654
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAIR WARFARE CTR AIRCRAFT DIV

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 24, 2024 03:48 pm EDT
  • Original Response Date: Jul 29, 2024 04:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 13, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5895 - MISCELLANEOUS COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 334290 - Other Communications Equipment Manufacturing
  • Place of Performance:

Description

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 Naval Air Warfare Center (NAWC) Webster Outlying Field (WOLF) Special Communications Mission Solutions Division is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off the Shelf (COTS) remote display unit and filter box for integration into the Electronic Counter Measures System (ECMS) on a vehicle platform. The requested filter box kits and RDU components provide connectivity for the ECMS.

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).
  • Country of origin for main component(s)

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 should provide a detailed description of the following characteristics of their solution in their submission:
  • Product specification, sketches, or listings of authorized distributors are not to count as part of the page count.
  • List of Certifications/Standards/Compliances (Military Standards, etc.)
  • Operation
    • Minimum and maximum operating and storage temperatures (in Fahrenheit)
    • Humidity range in relative humidity (operating & non-operating)
  • Features
    • Dimensions (height x width x depth)
    • Environmental conditions
      • Ruggedization features and standards
    • Connectors
      • Power
      • Other
    • Input/output interfaces (hard-wired and wireless, types, number of interfaces)
    • Power
      • Input (in volts of direct current)
      • Power supply current (in volts of direct current)
  • Other information
    • Total quantity of units sold to date
    • Date of delivery of the first unit
    • Date of delivery of most recent unit
    • Basic and extended warranty information
    • Time to production
  • 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. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified.
  • 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

In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) 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 identification of long lead items(s), sub-systems(s), or systems(s).

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 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. Responses to this RFI may not be returned. Respondents may 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. 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 only to truman.b.harris3.civ@us.navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 29 July 2024, 4:00 P.M. EST.

Responses to this RFI may not be returned. Respondents may not be notified of the result of the review. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

Attachments/Links

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jul 24, 2024 03:48 pm EDTSources Sought (Original)

Источник закупки

Перейти

Импорт - Экспорт по стране Соединенные Штаты Америки

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru