IFF-45TS Test Set
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: May 02, 2022 08:32 am EDT
- Original Response Date: May 09, 2022 08:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
- NAICS Code:
- 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Place of Performance:
Description
THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This is a Request for Information (RFI) notice to assist the Naval Air Warfare Center Aircraft Division Lakehurst, NJ in conducting market research regarding the procurement of various support equipment listed below and on-site training for the IFF-45TS IFF Test System. The various support equipment includes:
• IFF45TS Xpndr Modes 1/2/3/A/C/S/4 (P/N 72438)
• 45TSOPT1 IFF Xpndr Mode 5 Option (P/N 83404)
• 45TSOPT2 IFF Interrogator Modes (P/N 83405)
• 45TSOPT3 IFF Interrogator Mode 5 (P/N 83406)
• 45TSOPT9 KIV 78 / KIV 6 Adapter (P/N 86075)
• 45TSOPT5 ADS-B Out Option (P/N 91684)
The PSC for this requirement is 6625 the NAICS is 334515 with a size standard of 750 employees.
All interested businesses are encouraged to respond.
It is requested that interested parties submit to the contracting office a brief capabilities statement package (no more than 3 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements, as described above. This documentation must address, at a minimum, the following:
- Company Name; Company Address; CAGE Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Company profile to include number of employees, office location(s), DUNS number, and a statement regarding current small/large business status- whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.
- Statement regarding capability.
There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated Request for Proposal that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Contract Opportunities (previously FBO) website: sam.gov. It is the potential Offeror's responsibility to monitor this site for the release of any follow-on information. All responses should be received no later than 8:00 AM EST, 9 May 2022. Responses should be submitted electronically to the designated Contract Specialist, Kelli Ryan, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: kelli.l.ryan3.civ@us.navy.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All interested parties should send company and descriptive literature as well as any comments or questions to the designated Contract Specialist, Ms. Kelli Ryan, via e-mail to kelli.l.ryan3.civ@us.navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI.
Attachments/Links
Contact Information
Primary Point of Contact
- Kelli Ryan
- kelli.l.ryan3.civ@us.navy.mil
Secondary Point of Contact
History
- Jun 17, 2022 11:55 pm EDTPresolicitation (Original)
- May 24, 2022 11:55 pm EDTSources Sought (Original)