Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
SOLICITATION NOTICE

15 -- AIRCRAFT MANUFACTURING

Notice Date
3/3/2017
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
 
ZIP Code
22448-5100
 
Solicitation Number
N0017817Q3028
 
Archive Date
4/18/2017
 
Point of Contact
Patricia M. Harper, Phone: 5406534606
 
E-Mail Address
patricia.harper@navy.mil
(patricia.harper@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This RFI utilizes NAICS code 336411 with 1,500 employees This synopsis is being posted to Federal Business Opportunities (FBO) page located at http://www.fbo.gov. It is understood that FBO is the single point of entry for posting of synopsis and solicitations to the Internet. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This RFI is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U.S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. The Platform Integration Division (H40) is seeking companies that design, develop, engineer, manufacture, test, validate, and/or support producing Government-owned Unmanned Platforms and ground operating support equipment. An emerging solution is to have a turn-key Unmanned Aircraft Vehicle (UAV) that includes carrying various payloads and integrated camera and communication systems, with a ground operations and controls station. Other unmanned vehicles may be looked at as technologies advance. The Government is looking to ultimately own the Technical Data Package (TDP) that is delivered after the development of this system, which would include United States manufactured printed circuit boards, all design files to include mechanical, electrical, and schematics, and software source code for platform and ground station. Open Architecture (OA) will be a requirement. This final delivery would consist of engineering and integration roles, training sessions from Subject Matter Experts (SMEs), and range support at the contractor's facilities. Repair and replacement parts and kits would also be required upon completion of a full TDP for initial outfitting and sparing capabilities. Interested parties can submit capability statements that list the following; • Past performance • Engine performance/capabilities • Payload capabilities • Sensors • Mounted cameras • Range capabilities from platform to operator's station • Operator station/payload controller/controller capabilities • Ruggedized/Militarized solutions • Multi Rotor Solutions • Fixed Wing Solutions • Graphical User Interface (GUI) Layouts • Quality Control certifications such as ISO9001 or AS9100 • In-house manufacturing capabilities • Contractor range facilities/capabilities • In-house quality assurance measures • SolidWorks or AutoCAD usage • Test Plans • Types of communication capabilities Also, interested parties can submit any relevant past performance in this technology. Please list the following items; Company Name: Company CAGE Code: Company DUNS Number; if your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number: Company Address: Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned, (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) NSWCDD requests offerors' responses No Later Than 12:00 PM EST, 03 April 2017. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD's strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, Patricia Harper. Information should be e-mailed to patricia.harper@navy.mil or mailed to Naval Surface Warfare Center, Dahlgren Division (NSWCDD) 17632 Dahlgren Road, Bldg 183, Room 133, Dahlgren, VA 22448-5110. Responses should be labeled with the RFI number and title (N00178-17-Q-3028, Aircraft Manufacturing). Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses should be unclassified. Information and materials submitted in response to this request will NOT be returned. If responses contain proprietary data, it shall be marked appropriately. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data. Any responses to this announcement shall reference synopsis number N00178-17-Q-3028, and should be directed to Patricia Harper, phone # 540-653-4606, or email: patricia.harper@navy.mil,.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017817Q3028/listing.html)
 
Record
SN04423494-W 20170305/170304000139-8b2415cb85bbef964246531aeea28260 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.