Skip to main content

An official website of the United States government

You have 2 new alerts

Equipment Relocation Services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Dec 19, 2022 10:53 am EST
  • Original Response Date: Jan 03, 2023 11:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Jacksonville , FL 32212-0016
    USA

Description

Fleet Readiness Center, Southeast (FRCSE) is seeking information from industry to determine potential contractors who have the skills, experience, qualifications, technical data resources, software, hardware and knowledge to support the relocation of the Electrical Optical Targeting System (EOTS) alignment test equipment to P672 to support the growth of the avionics programs at FRCSE, Jacksonville, Florida.  The Contractor shall provide personnel, supplies, labor, material, equipment, tools, supervision, and other items necessary to perform operational checks, safe packaging for transport, installation and functional testing of the identified and agreed upon F-35 Joint Strike Fighter (JSF) EOTS Alignment related equipment, from FRCSE Building (Bldg.) 168 to FRCSE Military Construction (MILCON) P672. The contractor is to deliver a turnkey reestablishment of Government-owned test equipment in FRCSE Building P672.

The installation and calibration of equipment is to include all software and hardware required to run all system tests, under the current testing, being repaired at FRCSE (EOTS, APG-81, and Hands on Throttle and Stick (HOTAS)/Active Inceptor System (AIS)).

THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A SOURCES SOUGHT NOTICE ISSUED AS A MARKET RESEARCH REQUEST FOR INFORMATION. The Government is looking to identify interested and capable sources only. This notice is not to be construed as a commitment by the Government to issue a solicitation or enter into a contractual agreement. The Government is not obligated to pay for information submitted in response to this request. Capable contractors are requested to provide a capabilities statement of no more than 1 page in length that demonstrates the respondent’s ability and qualification necessary to meet the F-35 test equipment relocation requirements.  In addition, please provide your company's business size and CAGE code. All properly marked proprietary data received in response to this notice will be protected from release outside of the Government. 

All capability statements shall be submitted no later than 1400 EST on 30 Dec 2022. Responses shall be submitted electronically to the designated Contract Specialist, Joanna Schwab, in Microsoft Word format or Portable Document Format (PDF) at the following email address: joanna.l.schwab.civ@us.navy.mil.  Failure to respond to this request does not preclude participation in any potential future competitive solicitation that may be issued. If a solicitation is prepared, it will be synopsized on SAM.gov prior to issuance, pursuant to FAR 5.204. It is the potential offeror’s responsibility to monitor this site for future notices.

Contact Information

Contracting Office Address

  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA

Primary Point of Contact

Secondary Point of Contact





History