This Request for Information (RFI) is being issued solely for information and planning purposes and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotations (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. In accordance with FAR 52.215-3, Request for Information or Solicitation for Planning Purposes, the Government will not pay for any information/items submitted in response to the RFI, and the government is not obligated to pay for any time taken for a response to this request. No determination as to the viability of this potential requirement has been made at this point and there is currently no solicitation for this effort.
A. BACKGROUND
The purpose of this RFI is to conduct Market Research regarding a contracting effort to procure F-16 BlK 50 – CEESIM VPX for the 518th Software Engineering Squadron (518 SWES) in their efforts to support Operational Flight Program (OFP) testing for new Electronic Warfare (EW) systems.
B. PROGRAM REQUIREMENTS
The Contractor shall provide the requirements, as defined by the Product Description (PD), for manufacturing and delivery of the CEESIM VPX.
Section 1: Company Profile (please limit this section to a single page)
1. Please describe your company’s general experience providing the CEESIM VPX for military platforms.
2. Describe similar products offered to the Government.
3. What is your business size and type (i.e., small, woman-owned, veteran-owned, etc.) assuming NAICS Code 334220 – Amplifiers (e.g., RF power and IF), broadcast and studio equipment, manufacturing?
4. Is your company registered in System for Award Management (SAM)? Please provide company name and cage code/UEI.
5. Please provide company point-of-contact information, including email address and phone number.
6. Is your company familiar with Wide Area Work Flow (WAWF) for payment?
Section 2: Capability (please limit this section to no more than two pages)
7. What experience does your company have manufacturing emitter generator racks for DoD installations?
Section 3: Proposed Approach (please limit this section to a single page)
8. Would you recommend a different NAICS Code than 334220?
9. This will be a firm-fixed price contract.
10. Please provide a simple outline and schedule (lead time) for this effort.
11. If subcontracting is a part of the solution, what percentage will be subcontracted?
12. Can you provide a cost estimate for this contract?
13. Do you have any suggested revisions to the draft Purchase Description?
Section 4: Additional Comments/Information (please limit this section to a single page)
14. Please provide any comments/questions regarding this effort.
15. Interested vendors must request documents within SAM.gov by 30 January 2025. Documents will be distributed only to SAM.gov registered Department of Defense contractors. Responses are due 5 February 2025 via email to audrey.lee.3@us.af.mil and christa.phillips.1@us.af.mil .