This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal and should not be construed as a commitment by the Government to award a contract as a result of this request for information. There is no solicitation package available.
The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ is seeking sources for the procurement of two (2) Gensym G2 License Standard Success, P/N GEN-OP-GG2-SIL in support in support of the Advanced Arresting Gear (AAG) program.
ELIGIBILITY
The PSC code for this procurement is 7A21 - IT And Telecom - Business Application Software (Perpetual License Software).
The NAICS for this requirement is 513210 – Software Publishers.
In addition, small businesses are required to provide the following information to enable the Government to determine eligibility.
1. Company ability to perform at least 50% of the tasks described in the requirements.
2. Company classification. For example; 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.
REQUIREMENTS
Procurement of Quantity 2 Development licenses and support for Gensym G2 software which is used on Advanced Arresting Gear specifically Healthmap. Needs to be compatible with software installed on Ford class carriers and at Lakehurst test sites.
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 1-2.
The Government requests interested companies to 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 of 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 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 (5) 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 26 January 2026, 5:30 PM EDT to Contract Specialist, Zaib Nageeb at zaib.nageeb.civ@us.navy.mil.