Skip to main content

An official website of the United States government

You have 2 new alerts

Aircraft Ship Integrated Secure & Traverse (ASIST) System

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)
  • Original Published Date: Feb 07, 2023 02:20 pm EST
  • Original Response Date: Feb 23, 2023 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1710 - AIRCRAFT LANDING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing ASIST systems described herein prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The Navy is not obligated to and will not pay for any information received from potential sources as a result of this notice.

This is a Request for Information (RFI) for ASIST systems. ASIST is a system used on Air Capable Ships to help guide a helicopter to the deck, secure the aircraft, and traverse the aircraft to/from the hangar. The ASIST system is operational under all environmental conditions necessary to support mission requirements that include associated ship motions up to and including sea state 5 while the aircraft is in operation and up to and including sea state 8 while the aircraft is stowed. The system will provide the status of the recovery system to the Landing Safety Officer (LSO) while in the recovery mode. The system will allow the pilot or LSO to abort the landing prior to the aircraft being secured to the deck.

INFORMATION REQUESTED:

Interested vendors are requested to provide the following:

1. Company name, CAGE and Company description

2. Clear identification of a technology suitable for the system

3. Definition and functionality

4. Evidence of company technological subject matter expertise

5. Company technical point of contact (POC) relevant to technology (ies)

6. Technology industry applications

7. Technology consumer applications

8. Technology/concept rationale as related to system requirements

9. Technology/concept challenges as related to system requirements

10. Technology/concept limitations (size, weight, maturity, etc.)

11. Production capability and quality control

12. Any additional information that will assist in understanding responses to this RFI

CONCLUSION

In response to this RFI, all interested parties must submit written responses, preferably via electronic mail.  The Navy does not intend to award a contract on the basis of this request or otherwise pay for the information solicited.  While the Navy 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.  The Navy will not use any information provided to level your company’s approach relative to another competitor.  Responses to this RFI will not be returned.  Respondents will not be notified of the result of the RFI review.

Submit your response in a Microsoft® Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins.  Responses to this RFI are requested by 4:00 PM 01 March 2023.  Responses should cite RFI number N68335-23-R-0325 and be addressed to the attention of Greg Szczyglowski.

Failure to respond to this RFI does not preclude participation in any future associated RFP/RFQ that may be issued.  Information provided in no way binds the Navy to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (Contract Opportunities) website: www.sam.gov.  It is the potential vendor's responsibility to monitor this site for the release.

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