Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2022 SAM #7474
SOURCES SOUGHT

58 -- F-35 ESTL Pods

Notice Date
5/16/2022 1:04:50 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
 
ZIP Code
93555-6018
 
Solicitation Number
N6893622R0027
 
Response Due
5/27/2022 12:00:00 PM
 
Archive Date
05/25/2023
 
Point of Contact
Kyle Hedman, Phone: (760) 793-3166, Jeannine Beavers, Phone: 7604472507
 
E-Mail Address
kyle.d.hedman.civ@us.navy.mil, jeannine.h.beavers.civ@us.navy.mil
(kyle.d.hedman.civ@us.navy.mil, jeannine.h.beavers.civ@us.navy.mil)
 
Description
������� The purpose of this sources sought notice is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and to gain market knowledge of potential qualified sources and their size classifications relative to the North American Industry Classification Systems (NAICS) code 334511. �������� This sources sought is being issued to allow potential offerors the opportunity to provide capability statements. The proposed contract is for two airborne dispensing pods, airworthy to be cleared on an F-35A threshold, F-35A/B/C objective. These pods must use electro-mechanical countermeasure expendable dispensing system rather than the standard impulse cartridge dispenser. This electro-mechanical countermeasure expendable dispensing system, demonstrated in an airborne dispensing pod, shall be capable of dispensing at least 160 packets of pyrophoric material and packets of chaff, each packet being at least 1.5 in3 volume. Other specifications include: The pods shall utilize the F-35 LAU-151 missile rail, currently used for AIM-9X stores. The pods shall mount using the three T-hanger AIM-9/120 launcher rails on the F-35 LAU-151 missile rail. The pods shall not exceed the length of an AIM-9X store (119�). The pods shall not exceed the weight of an AIM-9X (no greater than 300lbs, maximum capacity of the LAU-151 missile rail). The pods shall be powered using 115VAC 400Hz single phase aircraft power. The pods shall use one discrete input (28VDC) to command dispense. The pods shall use the 1553 mux bus for store identification as an AIM-9X store. The pods shall inventory as a AIM-9X store, dispense when the TELEMETRY signal is initiated, end dispense when the TELEMETRY signal is removed. Electrical interface shall use the legacy AIM-120 midbody connector and AIM-9 forward umbilical electrical interface. The contractor shall provide integration studies and support for the expendable dispenser. ���� ���This notice is not a request for competitive proposals; however, any firms believing that they can fulfill the requirement may submit a written response to be received at the contracting office no later than 10 days after the date of publication of this notice, clearly showing its ability to do so without causing programmatic hardship or duplication of cost to the Government. All responsible sources may submit a capability statement, which will be considered by the agency. Responses and requests shall be submitted by email to kyle.d.hedman.civ@us.navy.mil. ������� �The written response shall reference solicitation number N68936-22-R-0027 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: Company name and address; Company's point of contact name, phone, fax, and e-mail; Declaration as to whether a U.S. or foreign company; Company size (Small or Large according to the identified NAICS and size standard identified), If your company is a Small Business, specify if your company is each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above.� An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted.� Questions and comments are highly encouraged.� An opportunity for a site visit will be offered after the solicitation is issued.�� �Yes���� �No Vendors should appropriately mark any data that is proprietary or has restricted data rights.� Responses shall be submitted by e-mail to the point(s) of contact listed below or mailed to the Contracting Office Address listed below no later than 10 days from this notice date. DISCLAIMER: 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://sam.gov/opp/a456cb46a18742a4a2184b6d52e39d8e/view)
 
Record
SN06328680-F 20220518/220516230105 (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.