SOURCES SOUGHT
17 -- Moriah Wind System (MWS) and Digital Wind System (DWS) supplies and services INTRODUCTION
- Notice Date
- 9/29/2025 4:54:27 AM
- Notice Type
- Sources Sought
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N6833525R0498
- Response Due
- 10/9/2025 2:30:00 PM
- Archive Date
- 10/24/2025
- Point of Contact
- joshua panecki, Phone: 2405726308
- E-Mail Address
-
joshua.l.panecki.civ@us.navy.mil
(joshua.l.panecki.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Moriah Wind System (MWS) and Digital Wind System (DWS) supplies and services INTRODUCTION This Request for Information (RFI) is issued pursuant to FAR 15.201(e)) and in conformance with DFARS PGI 206.302-1. This RFI is for information and planning purposes only and does not constitute a solicitation or promise to issue a solicitation in the future. It is a Market Research tool being used to identify potential technologies and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the RFI will be utilized to determine if any small business (SB) opportunities exist. This RFI should not be construed as a commitment from the Government to award a contract. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by sources in response to this RFI is strictly voluntary. Moriah Wind System (MWS) and Digital Wind System (DWS) are wind measurement and indicating systems for United States Navy ships, United States Coast Guard (USCG) ships, and shore stations that provides digital wind speed and direction information supporting decision making for air operations, combat, navigation, tactical planning and firefighting. ELIGIBILITY The applicable PSC code for this procurement is 1710 � Aircraft Landing Equipment. The NAICS for this requirement is 334519 � Other Measuring and Controlling Device Manufacturing. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their its business size in their its capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a SB prime on a set-aside to perform at least 50% of the cost of contract performance. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/03/20 at https://www.acquisition.gov/browse/index/far). REQUIREMENTS The Naval Air Warfare Center Aircraft Division Lakehurst, NJ is seeking potential sources and feedback from industry on its ability to provide supplies and services necessary to manufacture and maintain MWS & DWS including: System Repair System Upgrade Training System Upgrade Kits System Change Kit Technical Data Technical Studies Installation and Checkout (INCO) Spares System Components Testing Technical Services Engineering Services Refurbishment Services Travel Hardware Software Engineering Change Proposals CAPABILITY PACKAGE SUBMITTAL INFORMATION AND INSTRUCTIONS Interested companies are invited to submit a Capabilities Package of no more than 3 pages in length, single spaced, 12 point font minimum. The Capabilities Package will be used to determine a company's ability to meet the requirements in Attachment 1 and the information requested in the Capability Package Submittal Information and Instructions. The Government requests interested companies submit documentation to address the following information: 1. Company Name and Address; applicable CAGE code, company point of contact and position along with contact information. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a definitive statement of current small/large business status. The Government may subsequently opt to conduct company site visits to further determine eligibility and capability. The purpose of this RFI is to identify potential contractors capable supplying the above requirements. Please note that this Request for Information is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and Government is not obligated to award a contract as a result of this announcement. Respondents are notified that a formal solicitation may not necessarily result from this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. HOW TO RESPOND Interested companies shall respond within ten (10) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI via e-mail no later than 09 October 2025, 5:30 PM EDT to Contract Specialist, Joshua Panecki at Joshua.l.panecki.civ@us.navy.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/f0b26b14ce1f4b8eb7c551b76b76b234/view)
- Place of Performance
- Address: Lakehurst, NJ 08733, USA
- Zip Code: 08733
- Country: USA
- Zip Code: 08733
- Record
- SN07607871-F 20251001/250929230045 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |