MODIFICATION
16 -- Mission Sytems Sources Sought
- Notice Date
- 11/4/2010
- Notice Type
- Modification/Amendment
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-11-R-0017
- Archive Date
- 11/20/2010
- Point of Contact
- Andy Hess, Phone: 3017578981, Donna L. Jackson, Phone: 301-757-5257
- E-Mail Address
-
william.a.hess@navy.mil, donna.jackson@navy.mil
(william.a.hess@navy.mil, donna.jackson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS 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 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. THE GOVERNMENT IS IN NO WAY LIABLE TO PAY FOR OR REIBURSE ANY COMPANIES OR ENTITIES WHO RESPOND TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Naval Air Systems Command, Maritime Patrol and Reconnaissance Aircraft (MPRA) (PMA-290) Contracts Department (AIR 2.3.2.4), Patuxent River, MD is seeking information for potential sources regarding the procurement and/or manufacturing of Command, Control, Communications and Computers (C4) avionics equipment to support the P-3C Mission Systems avionics programs with the intention of procuring the hardware on a competitive basis. This is a sources sought synopsis for market research for preliminary planning purposes only. The results of this Sources Sought will be utilized for market analysis and to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. PLACE OF PERFORMANCE % of Effort Government Contractor (On-Site) (Off-site) Contractor's facility 100% 100% REQUIRED CAPABILITIES It is anticipated that this proposed effort will be a Firm Fixed Price contract. The Government requires "build-to-print" hardware in accordance with Level III drawings that will be provided in the Request for Proposal and Contract. The intent of this Sources Sought is to assess the availability of, and determine if a Contractor is capable of performing the work and has the potential resources to perform the work. The Government envisions a solution for the P-3C Mission Systems kits that meets the following operational and program requirements: 1. Non-Developmental Items. The contractor will be required to procure avionics equipment end items. Examples of avionics equipment include: MIDS-LVT Terminal (Multifunctional Information Distribution System-Light Tactical Vehicle), ATAS (Advanced Tactical Airborne System), TACAN Interface Module (Tactical Air Navigation) and INMARSAT System (International Maritime Satellite). The Level III drawing package will identify the specific part number and vendor. The avionics equipment will require Unique Identification (UID) codes in accordance with MIL-STD-130. The Contractor will be required to assemble the avionics equipment, identify it as a production kit (P-kit), and ship it to the kit storage facility in Jacksonville, Florida. Additionally, the Contractor will be required to procure or manufacturer aircraft installation hardware in accordance with the Level III drawing package. Installation hardware includes aircraft wiring harnesses and trays. The aircraft installation kit (A-kit) Level III drawings may also include hardware that will be procured from a specific source with a specific part number identified in the drawing package. The Contractor will be responsible to assemble the hardware, identify it as an A-kit, and ship it to the kit storage facility in Jacksonville FL. 2. Qualification. A-kit components must meet the soldered electrical and electronic assembly requirements of ANSI/J-STD-001B and the quality and workmanship criteria of ANSI/ASQC Q9001. 3. Program. The Contractor must have the capability and capacity to procure, track and store approximately 50 pieces of avionics equipment per kit based upon Level III drawing packages. The estimated cost of the most expensive P-kit is $1M. The delivery schedule for each A- and P-kit will be 9 months after contract award with a delivery rate of approximately 3-4 kits per Contract Line Item Number (CLIN) per month. The Contractor must be able to store, apply UIDs if needed, package and ship both A-kits and P-kits meeting contract delivery schedules. The contractor must have documented company configuration management and quality assurance policies. SPECIAL REQUIREMENTS It is anticipated that the Contractor will be ISO-9001 certified. Any resulting contract is anticipated to have a security classification level of Secret. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. §§2533a and 2533b) in accordance with DFARS clauses 225.7002 and 252.225-7014 Alt. 1, inclusive of Class Deviations 2008-O0002 (which supersedes 2006-O004 and 2007-O011), unless an exception applies. ELIGIBILITY No phone or email solicitations regarding the status of the RFP will be accepted prior to release. This synopsis is only for market research.. The applicable NAICS code for this requirement is 336413 Other Aircraft Part and Auxiliary Equipment Manufacturing. The Product Service Code (PSC) is 1680. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 10 point) which clearly demonstrates ability to perform the services listed in this Technical Description, and to comply with the required capabilities and special requirements. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size under this NAICS code, any applicable socio-economic classifications, and Points-of-Contact (POC) including name, phone number, fax number, and email address. Interested companies should indicate if they are a small, small disadvantaged, 8(a) or large business. Examples of past experience with similar programs for DoD shall be included. This announcement is NOT a Request for Proposal, nor shall the Government pay for any information/items submitted in response to this synopsis. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a draft and/or solicitation is released, it will be synopsized on the Federal Business Opportunities website located at http://www.fedbizops.gov and will be made available on the NAVAIR Home page at http://www.navair.navy.mil/doing_business/open_solicitations/. It is the potential offerors responsibility to monitor these sites for the release of any follow-on information. Interested businesses shall submit responses by mail to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, AIRCRAFT SUPPORT CONTRACTS DEPARTMENT (AIR 2.3.2.4), Bldg. 2272, Suite 155, ATTN: Donna Jackson, Procuring Contracting Officer, 47123 Buse Road, Patuxent River, MD 20670-1127 or by email to the email addresses listed. Please submit all questions to Donna Jackson, at donna.jackson@navy.mil or alternatively at (301) 757-5257 with a copy to Andy Hess at william.a.hess@navy.mil or 301-757-8981. No phone or email solicitations regarding the status of the RFP will be accepted prior to its release. One hard copy and two soft copy (CD-ROM) responses shall be received at the above office no later than 12:00 p.m. Eastern Time on 8 November 2010. Responses must reference this synopsis number on both the mailing envelope as well as on all enclosed documents and email subject lines. Due to heightened security requirements, ADDITIONAL MAILING TIME may be required for receipt of responses. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Contracting Office Address: Building 2272 47123 Buse Road Unit IPT Patuxent River, Maryland 20670 United States Primary Point of Contact: Andy Hess, Contract Specialist william.a.hess@navy.mil Phone: 301-757-8981 Fax: 301-757-5284 Secondary Point of Contact: Donna L Jackson, Procuring Contracting Officer donna.jackson@navy.mil Phone: 301-757-5257 Fax: 301-757-5284
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-11-R-0017/listing.html)
- Place of Performance
- Address: Contractor's facility., United States
- Record
- SN02322629-W 20101106/101104234248-abfde0eeba9c6300b15fdb62aed91c7b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |