SOURCES SOUGHT
13 -- MJU-68 Sources
- Notice Date
- 5/31/2023 9:39:08 AM
- Notice Type
- Sources Sought
- NAICS
- 325998
— All Other Miscellaneous Chemical Product and Preparation Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-TPM272-0021
- Response Due
- 6/14/2023 8:59:00 PM
- Archive Date
- 06/29/2023
- Point of Contact
- Kathleen Erickson, Sean McManus, Phone: 3017571860
- E-Mail Address
-
kathleen.m.erickson13.civ@us.navy.mil, sean.t.mcmanus7.civ@us.navy.mil
(kathleen.m.erickson13.civ@us.navy.mil, sean.t.mcmanus7.civ@us.navy.mil)
- Description
- MJU-68 Sources Sought Notice 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. INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its requirement to procure MJU-68/B Flare, Infrared, Countermeasures. The proposed contract is anticipated to procure an estimated 14,081 flares to support Fiscal Year (FY) 2024 U.S. Navy, Foreign Military Sales (FMS), and Other Customer requirements. This is anticipated to be the final production lot of MJU-68/B flares. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 1370: PYROTECHNICS. All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE: This contract action is intended to satisfy Government requirements for FY24 with an anticipated award date in October 2023. Manufacturing and delivery lead times are expected to require no more than ten (10) months to start delivery. Then, all quantities must be manufactured and delivered within 12 months of the first delivery. ANTICIPATED CONTRACT TYPE: The contract type for this contract is anticipated to be Firm Fixed Price. PROGRAM BACKGROUND: The MJU-68 Flare is a thrusted, pyrotechnic flare designed to protect aircraft from heat-seeking missiles. The National Stock Number (NSN) is 1370-01-592-9246 and the Department of Defense Identification Code (DODIC) is LA68. REQUIRED CAPABILITIES: The Contractor must possess the manufacturing technology, infrastructure, and capacity to produce MJU-68/B countermeasure and conduct verification testing, as required, for the estimated quantities and within the required timelines detailed above. INCUMBENT: This is a follow-on requirement. The incumbent contractor is: Chemring Australia Pty Ltd, 230 Staceys Road, Lara 3212 Australia. SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to complete the requirements described herein without delay upon contract award; Documentation should be in bullet point format. The capability statement package shall be sent by email to Kathleen.m.erickson13.civ@us.navy.mil and sean.t.mcmanus7.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on 05 June 2023. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Sean McManus or Contract Specialist, Kathleen Erickson at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/27fd1afe5f394fa9bc191dc6936e5787/view)
- Record
- SN06700248-F 20230602/230531230116 (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 |