New York Bids > Bid Detail

Procure Fiscal Years (FY) 2025-2027 AN/UPX-50(C) Digital Interrogators (DI), AN/UPX-50(C) retrofit kits, testing, production support and technical data

Agency:
Level of Government: Federal
Category:
  • 70 - General Purpose Information Technology Equipment (including software).
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159492788303035
Posted Date: Mar 21, 2024
Due Date: Apr 4, 2024
Solicitation No: N00019-25-RFPREQ-TPM213-0018
Source: https://sam.gov/opp/e817c131e9...
Procure Fiscal Years (FY) 2025-2027 AN/UPX-50(C) Digital Interrogators (DI), AN/UPX-50(C) retrofit kits, testing, production support and technical data
Active
Contract Opportunity
Notice ID
N00019-25-RFPREQ-TPM213-0018
Related Notice
Department/Ind. Agency
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: Mar 21, 2024 03:12 pm EDT
  • Original Response Date: Apr 04, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Greenlawn , NY
    USA
Description

DISCLAIMER: "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY."



1. INTRODUCTION



This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement.



The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, Air Traffic Management Systems Program Office (PMA-213) intends to award contract modifications for the procurement of up to 183 end items for FY2025-2027, including AN/UPX-50(C) Digital Interrogator (DI), AN/UPX-50(C) retrofit kits, testing, production support and technical data.



2. BACKGROUND



This requirement is a modification to contract N00019-23-C-0046 currently being performed by BAE Systems Information and Electronic Systems Integration. The existing contract is a Firm Fixed Price type which has a final delivery date of 30 April 2027.



The AN/UPX-50(C) Digital Interrogator delivers high-performance, multi-function Identification Friend or Foe (IFF) solutions for air defense, weapon systems, air traffic control, and range instrumentation.



3. REQUIRED CAPABILITIES



NAVAIR requires deliveries of AN/UPX-50(C) DI and AN/UPX-50(C) retrofit kits beginning in FY2025 to support ship installation lines including: DDG, FFG, LPD, LHA, WMSL, LHD, LPD, CVN, US Coast Guard, Foreign Military Sales and Navy training requirements.



BAE Systems is the designer and developer of the AN/UPX-41(C) DI, originally awarded competitively over 25 years ago, and retains the Technical Data Package (TDP).



Interested parties must include a detailed explanation of how they would fulfill the AN/UPX-50(C) DI and AN/UPX-50(C) retrofit kit requirements without a Government furnished TDP and address any limitations. Responses must also explain how they would achieve the same or better AN/UPX-29(V) Interrogator System level performance and provide a timeline including major milestones to fulfill delivery requirements beginning in FY2025.



4. INCUMBENT



This is a follow-on requirement. The OEM is BAE Systems Information and Electronic Systems Integration, Greenlawn, New York.



5. ELIGIBILITY



The Product Support Code for this requirement is 5841. The North American Industry Classification System (NAICS) code is 334511.



All interested contractors must be registered in the System for Award Management government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who possess the supplies and services provided in this notice and can meet these requirements are invited to respond. The Government will not reimburse participants for any expenses associated with their participation in this notice.



6. SUBMITTAL INFORMATION



It is requested that interested vendors submit to the contracting office a brief capabilities statement package (no more than 10 - 8.5 x 11 pages in length, single-spaced, 12-point font minimum) demonstrating the capability to meet the requirements of this notice. This documentation must address, at a minimum, the following:




  1. A company profile to include Company name, business size under NAICS Code 334511, office location(s), Point of Contact name, phone number, email address, Commercial and Government Entity code, and Unique Entity ID. Include a brief description of any applicable contracts relating to the supplies and/or services described herein.

  2. Prior/current industry experience of similar size and scope as referenced in section 3.0 ‘Required Capabilities’. Address the proposed management approach to staffing the effort with qualified personnel. Include corporate management policies, quality certifications, and the experience level of currently employed personnel to be assigned tasks under this effort.

  3. Provide documentation of the company's ability to begin performance immediately upon contract award projected in FY 2025, to include a detailed plan and estimated schedule(s) of performance. Include any deviation or impact, if applicable.

  4. Provide documentation to show the company's ability to meet the Required Capabilities and Eligibility of this notice.



Media: One (1) electronic copy is required. Submissions should be in Adobe PDF. Note that large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security.



Means of Delivery: Submissions must be received no later than the Response Date of this notice. The capability statement package and/or questions or comments regarding this notice may be sent by email to Valentina Huntt-Cereda at valentina.huntt-cereda.civ@us.navy.mil.


Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >