Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2017 FBO #5662
SOURCES SOUGHT

A -- DRAFT BAA NAVAIR PMA-274 VH-92A Future Communications System/Industry Day - Draft BAA - Draft DD254

Notice Date
5/23/2017
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-17-R-0084
 
Archive Date
6/27/2017
 
Point of Contact
Anthony J Gatlin, Phone: (301)-995-2826, Christopher A Rawlings, Phone: 301-757-1255
 
E-Mail Address
anthony.gatlin@navy.mil, Christopher.Rawlings@navy.mil
(anthony.gatlin@navy.mil, Christopher.Rawlings@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft DD254 Draft BAA THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. Description: This is a Sources Sought Request for Information/Industry Day Announcement only. The Naval Air Systems Command (NAVAIR), Presidential Helicopters Program Office (PMA-274), is conducting a market survey to identify potential business sources that have the resources, capabilities and experience required to refine requirements and define a system concept for the Future Communication System (FCS) of the VH-92A helicopter. This notice is being used for the purpose of determining market interest, availability and adequacy of potential business sources prior to establishing final issuance of requirements, including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Sources Sought notice. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this Sources Sought is strictly voluntary. This notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. It is the offeror's responsibility to monitor the Federal Business Opportunities website located at http://www.fbo.gov for the release of any follow-on information. Industry Day This notice also serves as announcement of the FCS Industry Day. DETAILS ON INDUSTRY DAY: The VH-92A FCS Industry Day will start at 9:00 am with check in starting at 8:30 am Eastern Daylight Time (EDT) on 21 June 2017 at the Holiday Inn Express and Suites 45260 Abell House Lane, California, MD 20619. Industry Day is planned to last no more than two (2) hours. Please indicate if you will be attending the Industry Day no later than 3:00PM (EDT) on 2 June 2017. Company representatives are limited to three (3) attendees. Send your responses to the following: anthony.gatlin@navy.mil, paul.flynn@navy.mil, and christopher.rawlings@navy.mil. Please include the following: Company Name (including CAGE Code), Name of each Attendee, Job Title, Phone Number, and e-mail address. Program Background The VH-92A is the helicopter that is replacing the In-Service aircraft (VH-3D and VH-60N) to become the primary Presidential vertical lift platform. The VH-92A will provide a comprehensive and secure communications capability to ensure connectivity between the President and U.S. Government agencies or foreign Governments, throughout the threat spectrum, regardless of location. The current communications capabilities of the VH-92A are defined by the Government-designed Mission Communications System (MCS). Objective: In order to accomplish this NAVAIR is looking into the feasibility of the issuance of a Broad Agency Announcement (BAA). To that end a draft BAA has been attached to this announcement for industry review and comment. NAVAIR has released this draft to solicit interest and comments from our Industry partners. The associated Government Furnished Information (GFI) will be provided only to interested parties once CAGE code is verified via an encrypted e-mail through AMRDEC Safe at https://safe.amrdec.army.mil/safe/. If the interested party for some reason cannot obtain the GFI through AMRDEC then it will be mailed on a CD ROM. The GFI will include: System Capability Document, Security Classification Guide, MCS Current Component Physical Attributes, and MCS Single Line Block Diagram. The GFI is to be protected in accordance with the attached Department of Defense Contract Security Classification Specification (DD Form 254). Submission Content Written responses are requested to be no more than five (5) single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, Primary point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service-disabled, veteran-owned, HUBZone, women-owned, etc.), number of employees, Cage Code, DUNS number, primary NAICS code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A summary of your company's capability to meet the draft BAA requirements identified in the attachment to this announcement. c) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. d) Any comments or questions on the draft BAA, DD Form 254, GFI, or the program as a whole Submission Information Interested offerors shall respond with the above requested submission content no later than 3:00 PM (EDT) on 12 June 2017. All interested offerors must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Interested offerors shall email responses through U. S. Army Aviation and Missile Research Development and Engineering Center, Secure Access File Exchange (AMRDEC SAFE)" at https://safe.amrdec.army.mil/safe/. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). When accessing AMRDEC, offerors must 1) proceed as Guest if you do not have a Common Access Card (CAC) 2) mark the e-mail as encrypted, For Official Use Only (FOUO), and CAC enabled 3) respond to an AMRDEC-generated e-mail verifying the sender's e-mail address. All questions, concerns, and information should be provided to the following: E-mail: anthony.gatlin@navy.mil, paul.flynn@navy.mil, and christopher.rawlings@navy.mil. Attachments •a. Draft BAA •b. Draft DD Form 254
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-R-0084/listing.html)
 
Place of Performance
Address: 48202 Bronson Road, Bldg 2805, Suite 2300, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04518305-W 20170525/170523234727-c883537ee9d89692fac842395df1e154 (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.