SOLICITATION NOTICE
16 -- Full Motion Video (FMV) RFP - CDRLs - RFP for FMV - Attachment (7) - Attachment (6) - Attachment L-2 - Attachment (5) - Attachment (12) - Attachment (11) - Attachment L-4 - Attachment (9) - Attachment L-3 - Attachment (8) - Attachment L-5 - Attachment (4)
- Notice Date
- 9/30/2016
- Notice Type
- Combined Synopsis/Solicitation
- 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
- N00019-16-R-3000
- Archive Date
- 12/16/2016
- Point of Contact
- Marie R. Burwell, Phone: 301-757-9205, Lisa M Maples, Phone: 301-757-5277
- E-Mail Address
-
rosemarie.burwell@navy.mil, Lisa.M.Maples@navy.mil
(rosemarie.burwell@navy.mil, Lisa.M.Maples@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Distribution Statement on Documents GFE/GFF/GFP/GFI List DMSMS Quarterly Report Past Performance Questionnaire Analysis of Alternatives Cost/Price Summary Table GFE/GFP/GFF/GFI List Data Input Spreadsheets Provisioning Parts List (PPL) CPARS Update Questionnaire Engineering Data For Provisioning (EDFP) Worksheet Bill of Materials Format RFP for FMV Contract Data Requirements Lists (CDRLs) The Naval Air System command intends to procure on a competitive basis an airborne Full Motion Video (FMV) System for the MH-60S aircraft, in accordance with FAR Part 6.1 "Full and Open Competition." The FMV system is required to transmit forward-looking infrared video from the aircraft's Multi-Spectral Targeting System (MTS) to both ship board systems and special operations forces. The system must also have the capability to simultaneously receive FMV data from an off-board source while transmitting to a user, potentially on a different frequency band. A proven non-developmental system is preferred to support a rapid integration and deployment schedule. The system shall meet NAVAIR flight worthiness requirements. The system will be integrated and installed on the aircraft by the Government. The MH-60S Full Motion Video (FMV) system shall be interoperable with standard Common Data Link (CDL) systems, and any other systems that utilize Tactical, VORTEX Native, 466 ER, and FM analog waveforms. The base year will include any NRE required to satisfy specification requirements; the qualification testing (Contractor testing), manufacture of test assets, verification, validation, Government testing, refurbishment, and procurement of systems. There will be four (4) option years to manufacture, build, and deliver an additional quantity of systems that meet the configuration approved during the base year. This procurement is contemplated as a fixed price type contract for a base award and four option lots. Offerors who plan to propose as prime contractors must hold a United States Government Secret facility clearance. Specifications/SOW: Specifications/drawings are available upon request via CD-ROM to United States Government Agencies and their U.S. Government Contractors. The documents are comprised primarily of specifications and drawings, to include the Statement of Work (SOW) and Prime Item Development Specifications for the Full Motion Video. The documents are being issued to provide potential offerors and other stakeholders the opportunity to provide the FMV program with clarifying questions, comments, responses. The MH-60 Multi Mission Helicopter Program (PMA 299) is the acquisition program office for this potential effort. Instructions are included in this notice on how to request the specifications and related materials, how to submit comments, clarifying questions, and responses. To request the specifications/drawings, send your company name, company physical mailing address, CAGE code, and point of contact information (your name, phone number, and email address) to: Ms. Marie R. Burwell at rosemarie.burwell@navy.mil or fax to her attention at 301-757-5239. Please copy Ms. Lisa M. Maples at lisa.m.maples@navy.mil when emailing. An email confirmation will be sent upon receipt and a CD-ROM will be mailed upon verification of requestor's information. This program includes information that has been designated as "Distribution D" and is only releasable to current and approved U. S. Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual, or documentary disclosure of technical data by U.S. persons to foreign persons as defined under the U.S. Department website http://www.pmddtc.state.gov/regulations_laws/itar.html. To participate, a foreign firm may be required to team with a U.S. firm that possesses a current and valid U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or has license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. It is the contractor's responsibility to provide evidence of any such agreement and/or license to this office for review and this shall be verified prior to release of any controlled documents. Prior to release of any controlled documents under this solicitation, any U.S. contractor must acknowledge its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances, to obtain an export license prior to the release of technical data within or outside the United States) and agree that it will not disseminate any export-controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations. Upon review of your written request, verification of your status and acknowledgement of the contractor's responsibility under the US Export laws and regulations, the requested documents will be provided. The Contractor is responsible for the proper handling and disposal of documents. The Contractor shall return the CD-ROM to the government within two (2) weeks of the closing date of this announcement addressed to the Department of the Navy, Naval Air Systems Command, Building 2272, Room 155, Attention: Ms. Marie R. Burwell, AIR 2.3.4.1.2, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. This announcement is not a contract, a promise to contract, or a commitment of any kind on the part of the Government. Companies responding to this request should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZONE small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor or if you desire to subcontract with a prime contractor. Ensure your response contains your company's name, street address, point of contact with phone number and email address, company web page URL. All responses must be unclassified. The Government will not reimburse any preparation costs. Comments, Clarifying Questions, and Responses: Unclassified written comments, recommendations, and questions regarding the documents shall be submitted by 30 October 2016 to the following: rosemarie.burwell@navy.mil or fax to her attention at 301-757-5239, or to the Department of the Navy, Commander, Naval Air Systems Command, Building 2272, Room 155, Attention: Ms. Marie R. Burwell, AIR 2.3.4.1.2, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. Please copy Ms. Lisa M. Maples at lisa.m.maples@navy.mil when emailing. Questions shall be limited to matters not involving classified and/or business proprietary matters. At any time after receipt of comments/questions, the Government reserves the right to contact respondents for further clarification of the submittal. Contract award is anticipated in the 3QFY17 timeframe. Interested offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information or amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-16-R-3000/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04295270-W 20161002/160930235221-22a8deb0a9005a6c9a59b64feb7a5e80 (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 |