Missouri Bids > Bid Detail

ECP 6544 Block III Forward Crew Station Glare Shields

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159549878634932
Posted Date: Nov 22, 2022
Due Date: Dec 1, 2022
Solicitation No: N00019-23-RFPREQ-TPM265-0212
Source: https://sam.gov/opp/85ee6a1d12...
Follow
ECP 6544 Block III Forward Crew Station Glare Shields
Active
Contract Opportunity
Notice ID
N00019-23-RFPREQ-TPM265-0212
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 22, 2022 11:34 am EST
  • Original Response Date: Dec 01, 2022 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Saint Louis , MO 63134
    USA
Description

Request for Information (RFI)





The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to successfully perform the Improved Field of View Glareshield tasks described in the Engineering Change Proposal (ECP) 6544 checklist. The Improved Field of View Glareshield ECP is for the development, design, production, and retrofit associated with the incorporation of the Improved Field of View (IFOV) Glareshield into the United States Navy (USN) F/A-18E/F, EA-18G, and the Royal Australian Air Force (RAAF) FA-18F and AEA-18G aircraft weapon systems as authorized by ECP-6544. In addition to the ECP-6544 effort the procurement will consist of Low Profile Head Up Display (LPHUD) Spacer Sets for installation in fleet aircraft.





The Boeing Company and its subcontractors are the original designers, developers, and manufacturers of the Glareshield. As such they possess the requisite technical data and knowledge to meet the Navy’s requirements. The contractor shall be responsible for obtaining from Boeing and/or its subcontractors, all manufacturing drawings and proprietary specification data necessary to support the Improved Field of View Glareshield.





THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. 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. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent’s ability to meet the requirements as specified herein, including the delivery schedule requirements. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP 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 System for Award Management Beta (Beta.SAM) website: www.sam.gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 5:00 PM EST, December 1, 2022. Responses shall be submitted electronically to the designated Contract Specialist, Marion Bronson-Cruce in Microsoft Word format or Portable Document Format (PDF) at the following email address: marion.e.bronson-cruce.civ@us.navy.mil.


Attachments/Links
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
  • Nov 22, 2022 11:34 am ESTSources Sought (Original)

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 >