Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

13 -- M212 Aircraft Countermeasure Flare

Notice Date
2/27/2020 1:02:34 PM
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation Manufacturing
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-20-X-0A7D
 
Response Due
3/30/2020 12:00:00 PM
 
Archive Date
04/14/2020
 
Point of Contact
Michael J.Kline, Heather A. Gandy
 
E-Mail Address
michael.j.kline56.civ@mail.mil, heather.a.gandy.civ@mail.mil
(michael.j.kline56.civ@mail.mil, heather.a.gandy.civ@mail.mil)
 
Description
The U.S. Army Contracting Command � New Jersey is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the for the manufacture, assembly, inspection, testing, packaging, shipping� and delivery of the� M212 Aircraft Countermeasure Flare or equivalent. If an alternate design is proposed the offeror must have data to demonstrate the proposed design has equal or better performance. The results of this market research will be used to help determine the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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. PROGRAM BACKGROUND M212 Aircraft Countermeasure Flare is a countermeasure decoy used by US Army and Air Force aviation platforms to protect the aircraft from infrared homing missiles. The decoys are consumable items and the war reserve must be replenished. This procurement effort supports current military operations, war reserve requirements, and Foreign Military Sales.� REQUIRED CAPABILITIES M212 Aircraft Countermeasure Flare provides U.S. aircraft protection against advanced air-to-air and surface-to-air infrared weapon systems as an effective solution against infrared seeking Man Portable Defense (MANPAD) missiles. Potential sources shall be capable of producing, manufacturing, assembling, inspecting, testing, packaging and shipping the M212 Aircraft Countermeasure Flare in accordance with a Government Technical Data Package (TDP), drawings and performance specifications.� If an alternate design is proposed the offeror must have data to demonstrate the design has equal or better performance as the M212 TDP. The design proposed should be a non- developmental item to the maximum extent possible. If an RFP is posted as a result of this sources sought notice it is anticipated that it would support an Indefinite-Delivery, Indefinite Quantity (IDIQ) type contract. It should be noted that there is a classified portion of the TDP which will not be provide at this time. If an RFP is released potential respondents would be required to be able to handle classified information at the Secret level. The highest distribution level of the TDP�s drawings and specifications currently being provided is Distribution Statement D. The Government-owned TDP, drawings and performance specifications are marked as Distribution Statement D. DISTRIBUTION STATEMENT D - Distribution authorized to the Department of Defense and U.S. DoD contractors only; Critical Technology; determination 28 Feb 00. Other requests shall be referred to U.S. Army AFC CCDC-AC, FCDD-ACM-ET, Picatinny Arsenal, NJ 07806-5000. The TDP, drawings and performance specifications contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., Appt 2401 et seq), as amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230-25. The M212 Aircraft Countermeasure Flare performance specification also contains a classified appendix.� Destruction Notice Export-Controlled Technical Data: For classified documents, follow the procedures in DoD 5220.22-M, Industrial Security Manual, Section 11-19 or DoD 5200.1-R, Information Security Program Regulation, Chapter IX.� For unclassified, limited documents, destroy by any method that will prevent disclosure of contents or reconstruction of the document.� To obtain a copy of the Unclassified TDP � Distribution D all interested parties must submit the following by email/mail; 1. A signed and approved DD Form 2345 Militarily Critical Technical Data Agreement. This requires a DUNS number and registration in the System for Award Management (See Attachment 01). 2. A copy of the offeror's applicable license issued by the Department of State if the offeror is a non-U.S. company. 3. A completed AMSTA-AR Form 1350 Technical Data Questionnaire. (See Attachment 02). 4. A completed and signed Non-Disclosure / Non-Use Agreement (See Attachment 03). 5. All completed forms and requests shall be submitted via email or mail to: United States Army Contracting Command - New Jersey CCNJ-ET Bldg. 9 ATTN: Michael Kline Picatinny Arsenal, Picatinny, NJ 07806-5000 michael.j.kline56.civ@mail.mil SPECIAL REQUIREMENTS 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 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 325998 with a Small Business Size Standard of 500 (number of employees). The Product Service Code (PSC) is 1370. 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) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Michael Kline, in either Microsoft Word or Portable Document Format (PDF), via email michael.j.kline56.civ@mail.mil by the due date of this Market Survey. The information must be submitted 30 calendar days from the date of this publication. If a formal Solicitation is generated at a later date, a separate Solicitation Notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The information provided will not be returned. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via e-mail only. All responses shall reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, business size and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d96d238ff1b54e3d8b83233cb93862a9/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05574981-F 20200229/200227230144 (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  © 1994-2020, Loren Data Corp.