Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

99 -- Request for Information (RFI) for Supplies and Services to support Tomahawk Cruise Missile Program

Notice Date
7/20/2020 11:47:41 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
N00019-20-NORFP-PMA-0235
 
Response Due
8/3/2020 12:00:00 PM
 
Archive Date
08/18/2020
 
Point of Contact
Morgan P. McKay
 
E-Mail Address
morgan.p.mckay@navy.mil
(morgan.p.mckay@navy.mil)
 
Description
THIS IS A RFI ONLY AS A MARKET SURVEY AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, A REQUEST FOR PROPOSALS, A SOLICITATION, A REQUEST FOR QUOTES, OR AN INDICATION THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE.� THE GOVERNMENT DOES NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES.� THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. I. Description PEO (U&W) PMA-280 is issuing this RFI as a means of conducting market research to identify parties having an interest in and the resources to provide supplies or services for the Tomahawk Cruise Missile Program.� This RFI is to assist in developing the acquisition strategy (per Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1 (d) for a class of proposed future sole source acquisitions under a basic ordering agreement for engineering, systems engineering, analyses, studies, prototyping, model based system engineering, requirements analysis, test, logistics, obsolescence/Diminishing Manufacturing Sources and Material Shortages (DMSMS), Cost Reduction Initiatives (CRI), risk reduction activities, and external program support/supplies/services for the Tomahawk Weapons System. Potential activities include: engineering/systems engineering and logistics efforts and analyses related to Operational readiness and reliability, system configuration changes, system safety and training or training improvements; �design, fabrication, assembly, testing and results verification of prototypes or models to support engineering studies or analyses, obsolescence management including DMSMS, analysis, resolution and implementation of obsolescence solutions; �investigations/studies, maintenance and documentation support ancillary to execution of required Tomahawk testing; �algorithm development supporting Maritime Strike Tomahawk (MST) emerging requirements; test data analysis and software code fixes; component life studies and age limitations, qualifications, and service life extensions of assemblies, components, or mission unique items, prototype Mid-body Range Safety Subsystem (MRSS) replacement kits or equivalents to meet system safety requirements; prototype upgraded power and propulsion solutions to emerging requirements, to include engine design modifications; analysis and design for additional sensor capability, to include hardware, software, firmware requirements, integration planning and recommendations; research and analysis for improved guidance electronics and sensor processor capability; analyses supporting CONEMPs and tactics, airworthiness, and operational performance of the missile and included components; modeling and simulation development, performance predictions, and recommendations for upgrades to missile performance based on emerging threats and quick reaction assessments; rapid turn-around assessments of capability, performance, and modeling/simulation to support urgent need scenarios; non-recurring and recurring effort required to identify, analyze, project and track obsolescence and obsolescence impacts on the system/program, as well as design, resolve, and implement obsolescence solutions. Identify, evaluate, analyze, select, plan and execute viable CRIs that will reduce costs and/or increase efficiencies of the program; Government Furnished Property (GFP) management of PMA-280 equipment; Tomahawk recertification planning and procedures; transition to production and recertification of new All Up Round (AUR) capabilities, restart Composite Capsule Launching Systems (CCLS) capsules/Torpedo Tube Launch production, engineering and system engineering studies and investigations, support analysis, system interface, test and integration efforts for external submarine and surface programs for the Tomahawk Cruise Missile Program, production shutdown and storage of tooling and test equipment. �The applicable NAICS codes are 336413 and 336414; anticipated PSC code is 1410. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. �Any information received as a result of this RFI will be analyzed prior to approval of the required Class Justification and Approval in accordance with FAR 6.302-1.� Individual delivery orders will be synopsized separately in accordance with FAR 5.2. II. Requested Information The Government does not have a Level III Technical Data Package nor the manufacturing documentation for the Tactical Tomahawk AUR missile. The Government is seeking information from companies mitigating the sole source basis cited above and is interested in receiving any information which could also potentially satisfy the above requirements. Anticipated Period of Performance The anticipated period of performance covers a period of 5 years. The anticipated start date is 1 September 2020. Place of Performance Contracting office locations include Tuscon, Arizona Incumbent This is a follow-on requirement. The incumbent contract is: Raytheon Missiles & Defense, P.O. Box 11337, Bldg. 9022, M/S/K1, Tucson, AZ 85734-1337. Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the services described herein; Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Cage Code, DUNS number and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s). Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. Describe the specific technical capabilities and experience which your company possesses which will ensure ability to perform the requirements as described herein. The capability statement package shall be sent by e-mail to V243 Procurement Group, Morgan McKay, Code V24311, morgan.p.mckay@navy.mil. Hard copy submissions will not be accepted III. ADDITIONAL INFORMATION This RFI is an exchange of information between Government and Industry.� It is the first step of an iterative process aimed at understanding the existence of sources that can deliver supplies and services to support the Tomahawk Cruise Missile Program.� Additional RFIs requesting further detail may be issued in the future to continue the Government�s informational exchange with Industry.� Any proprietary information received in response to this request will be properly protected from any unauthorized disclosures; however it is incumbent upon the respondent to properly mark all submissions.� In order to complete its review, the Navy Program Office must be able to share the information within the Government and any responses marked in a manner that will not permit such internal Government review may be returned without being assessed/considered. The data associated with the Tomahawk Cruise Missile Program is export controlled and is not available to foreign sources or representatives. IV. POINTS OF CONTACT Questions may be directed to Morgan McKay via email to morgan.p.mckay@navy.mil or Diana Harritt �via email to diana.harritt@navy.mil.� Responses to questions from interested parties will be answered via email only. -------------------------------------------------------------------------------------------------------- Disclaimers and Notes This RFI is issued solely for information and planning purposes and does not constitute a program or contractual solicitation.� PEO (U&W) PMA-280 is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this RFI. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ee8be857c34420f9f043f5dec841650/view)
 
Place of Performance
Address: Tucson, AZ 85734, USA
Zip Code: 85734
Country: USA
 
Record
SN05726939-F 20200722/200720230152 (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.