SOLICITATION NOTICE
16 -- Avionics Upgrade
- Notice Date
- 2/13/2009
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-09-R-0082
- Response Due
- 2/27/2009
- Point of Contact
- Angela K. Wilcox,, Phone: 7323234573, Tracy A Medford,, Phone: 301-757-7045
- E-Mail Address
-
angela.wilcox@navy.mil, tracy.medford@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Document Type:Pre-Solicitation Notice Solicitation Number:N00019-08-R-0047 Code:1680 The Naval Air Systems Command (NAVAIR) intends to procure by full and open competition the qualification and production of an avionics upgrade for the A/A42R-1 Air Refueling Store (ARS), used by the US Navy. The upgrade is in two parts: the first part is the Avionics Upgrade Kit, and the second part is the Avionics Modification Kit (Avionics Mod Kit). The Avionics Upgrade Kit consists of a new control panel and a controller with an integrated power supply. The Avionics Modification Kit includes a new Drogue Stowage Sensor (DSS), new fuel quantity probe, new store interface cable, and associated wiring/conduit changes internal to the store. The solicitation will be posted on the NAVAIR homepage at http://www.navair.navy.mil on or about the week of March 1, 2009. Select “Doing Business with Us” and “Open Solicitations”. Look for amendments on the web page. Hard copies of the solicitation and amendments will NOT be mailed to the contractors. The government will not accept electronic proposals. The point of contact for this effort is: Ms. Angela Wilcox, Contract Specialist, Phone: (732) 664-7713, E-mail: Angela.Wilcox@navy.mil. NOTE: This program includes information that has been designated as “Distribution D” and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for “sensitive” or “controlled” technologies regulated by the U.S. Department of State International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under by the U.S. Department website. http://pmdtc.org/licenses.htm. To participate, a foreign firm may be required to team with a U.S. firm that possesses a current and valid U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. It is the contractor’s responsibility to provide evidence of any such agreement and/or license to this office for review and this shall be verified prior to release of any controlled documents. Interested Firms shall submit a written request for a copy of the Technical Data Package through Angela Wilcox at: angela.wilcox@navy.mil or Tracy Medford at: tracy.medford@navy.mil. To obtain a copy of these attachments, the written request must be submitted to this office and must include the name of your company, mailing address, phone number, email address (if available), current CAGE number, Central Contractor Registion number and acknowledgement of the contractor’s responsibility under the U.S. export contract laws and regulations. For any foreign firm, the request must include proof of a current and applicable approval, authorization, or license under E.O. 12470 or the Arms Export Control Act if applicable. Prior to release of any control documents under this solicitation, any U.S. contractor must acknowledge its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances, to obtain an export license prior to the release of technical data within or outside the United States) and agree that it will not disseminate any export-controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations. Upon review of your written request, verification of your status and acknowledgement of the contractor’s responsibility under the US Export laws and regulations, the requested attachments will be provided. If applicable, offerors must have a valid DD Form 2345, Militarily Critical Data Agreement Form, on file with the United States/Canada Joint Certification Office in order to receive necessary technical data for proposal purposes. To file a DD Form 2345 please visit the DLIS website at www.dlis.dla.mil/jcp/ or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program. IMPORTANT INFORMATION: Registration in the DoD Central Contractor Registration (CCR) database will be a prerequisite for receiving an award. The Government is not obligated to and will not pay for any information on the CCR. Refer to the CCR website at http://ccr.gov/index.cfm. THIS SYNOPSIS IS NOT 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 synopsis. This synopsis is for information and planning purposes only, does not constitute a solicitation for bid or proposals, and should not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Contracting Office Address:Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road, IPT, Patuxent River, MD 20670-1547
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fb425ba45e6a2b23073d564a228d4f65&tab=core&_cview=1)
- Record
- SN01750628-W 20090215/090213220246-e842f6013c1dc648c9a3b05f2f56be5d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |