Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2019 SAM #6595
SOURCES SOUGHT

16 -- CMV-22 Communications Upgrade Suite Integration

Notice Date
12/18/2019 8:35:42 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-RFPREQ-PMA-275-0082
 
Response Due
1/24/2020 1:00:00 PM
 
Archive Date
02/08/2020
 
Point of Contact
Kerry A. Pritchett, Phone: 3017575232, Kevin LaBove, Phone: 3017579999
 
E-Mail Address
kerry.pritchett@navy.mil, kevin.labove@navy.mil
(kerry.pritchett@navy.mil, kevin.labove@navy.mil)
 
Description
1.0������ Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking sources to install the Communications Upgrade Suite onto CMV-22B aircraft. 2.0������ Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY.� THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE beta.SAM.gov WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0������ Background The CMV-22B Communications Suite is a suite of Weapons Repairable Assemblies (WRAs) that �will provide/display real-time and near real-time Seabase situational awareness information and provide the ability to effectively exchange aircraft positional and identification with ICAO, and military ATC and airspace management systems in order to enable world-wide flight operations in civil and military airspace. Respondents will need to provide component licensing agreements that clearly demonstrate their ability to obtain access to technical and engineering data/resources needed to fulfill the requirement.� The Government will develop the technical data package for the CMV-22B Communications Suite and would provide this information as Government Furnished Information (GFI) upon release of a Request for Proposal (RFP) for the integration effort.� The CMV-22B Communications Suite will include the following: TACView (CMC Electronics) Iridium Antenna (TBD) Link 16 Antenna (Antcom Corporation) Federated System Processor (Physical Optics Corporation) Iridium Transceiver (TBD) Ethernet Router (TBD) The respondent must demonstrate their ability to install the communications suite onto the CMV-22B aircraft. 4.0 ����� Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees.� The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0������ Requested Information Interested parties must submit their response with any supporting documentation to include the following: An UNCLASSIFIED description of the respondent�s general capabilities to support this effort to include the Contractor�s approach, assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and requisite knowledge of the CMV-22B Communications Suite; CAGE code, DUNS Number, and mailing address; Business size. Indicate whether Contractor is a 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.� POC to receive/provide additional information or clarification; and A full capability summary with a detailed description and supporting technical data, including a description of the Contractor�s approach and experience with avionics and wiring installations (include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers), access to facilities and tools to complete the modifications, and number of personnel qualified to handle equipment classified at the SECRET level. 6.0 ����� Responses Data Markings.� In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR).� If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Full Response Submissions.� Full response submissions to the above requested supporting data must be received no later than 4:00 PM Eastern Daylight Time (EDT) 24 January 2020 to the following address � NAVAL AIR SYSTEMS COMMAND ATTN: Kerry Pritchett (AIR-2.3.3.1.1) 47123 BUSE ROAD, BLDG 2272, SUITE 155 Patuxent River, MD 20670-1547 Provide full response via electronic mail to Kerry Pritchett (kerry.pritchett@navy.mil). All electronic media must be Microsoft Office 2016 compatible. The response is to have a page limit of 25 pages and must be in English. Classified information or material SHALL NOT be submitted. 7.0������ Questions Questions regarding this sources sought can be directed to Kerry Pritchett (kerry.pritchett@navy.mil). 8.0 ����� Summary 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/92322e38094d4e769b9d2fdecbdb355f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05520739-F 20191220/191218230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.