SOLICITATION NOTICE
14 -- Subsonic Aerial Target (SSAT)
- Notice Date
- 5/8/2009
- Notice Type
- Synopsis
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- Building 2272 47123 Buse Road Unit IPT Patuxent River MD 20670
- ZIP Code
- 20670
- Solicitation Number
- N00019-09-R-0206SSAT5-8-2009
- Archive Date
- 8/31/2009
- Point of Contact
- Francis Fisher, Contract Specialist, Phone 301-757-5904, Fax 301-757-5955, - Vicki Fuhrmann, Contracting Officer, Phone 301-757-5924, Fax 301-757-5973
- E-Mail Address
-
francis.fisher@navy.mil, vicki.fuhrmann@navy.mil
- Small Business Set-Aside
- N/A
- Description
- Subsonic Aerial Target (SSAT) The United States Navy has a requirement for a cost effective aerial target system to represent subsonic anti-ship cruise missile threats and air platforms. The Subsonic Aerial Target (SSAT) System will be used to support developmental and operational testing of naval combat systems while providing services in support of advanced fleet training. The SSAT will be a.90 to.95 Mach capable, recoverable subsonic aerial target vehicle capable of realistically representing enemy threats that operate in the high subsonic regime. The SSAT will be capable of being launched from ashore, at sea or by air and will be remotely controlled utilizing the System for Navy Target Control (SNTC). The Navy is considering making a competitive solicitation for the limited development and refinement of an existing target system to achieve Navy requirements to facilitate follow-on production. This late-stage Engineering & Manufacturing Development (EMD) effort is envisioned to commence in the FY-10 timeframe. Follow-on production is desired in FY-12. Production is currently envisioned to cover a fifteen year period at a rate of approximately 45 or more vehicles per year. Per the SSAT FedBizOpps announcement on 13 January 2009, the United States Navy stated its plans to update the 16 October 2008 released draft Request for Proposal (RFP) in consideration of additional requirements. This revised RFP will include a classified portion requiring potential bidders to obtain the required security clearance prior to being granted access to the classified material. The classified portion is not included in this draft of the RFP. The classified portions of the draft RFP are planned for release in June 2009. A copy of the RFP may be found at www.navair.navy.mil under the heading of "Doing Business With Us". Industry comments to this release of the draft RFP are encouraged and may be submitted via email to Frank Fisher at francis.fisher @navy.mil. It is requested that comments be submitted by 30 June 2009. After review of Industry comments, the United States Navy plans to hold a pre-proposal conference, followed by the release of the final RFP in September 2009. The specific pre-proposal conference and final RFP dates will be determined upon review of industry comments to the full draft RFP package BIDDER ACCESS TO THE CLASSIFIED PORTIONS OF THE DRAFT RFP AND FINAL RFP IS CONTINGENT ON OBTAINING THE REQUIRED SECURITY CLEARANCE. THE CLEARANCE PROCESS IS ESTIMATED TO TAKE UP TO 5 MONTHS. INTERESTED BIDDERS ARE ENCOURAGED TO BEGIN THE SECURITY CLEARANCE PROCESS AS SOON AS POSSIBLE. THE UNITED STATES NAVY DOES NOT INTEND TO DELAY RELEASE OF EITHER THE DRAFT OR FINAL RFP AWAITING INDUSTRY SECURITY CLEARANCES. SECURITY INFORMATION: Basic and follow-on security requirements must be met in order to ensure that potential bidders are fully eligible to participate and conduct business at the required classification level. The following basic security requirements must be met by all individuals involved in the classified portion of the RFP process: - Must be a U.S. Citizen. - Must possess and maintain at least a Secret Clearance based upon a current (within 5 years) NAC, SSBI, SBPR or PPR. At least one individual must possess a current (within 5 years) Top Secret Clearance (based upon a current (within 5 years) SSBI, SBPR or PPR) in order to access the entire classified portion of the RFP. - Must be able to meet adjudicative guidelines set forth in the Joint Air Force-Army-Navy (JAFAN) 6/4. - The contractor must hold and provide written documentation of a current Defense Security Service (DSS) Facility Clearance. - The contractor must be able to maintain an accredited facility for generating, processing and/or storage of information up to the appropriate classification level. The identified facility must meet the physical standards and requirements set forth in the JAFAN 6/9. - An assigned security representative who will manage personnel accesses, maintain the secure facility and report to the Cognizant Security Authority will be identified. Once the required basic security requirements are satisfied, or for security related questions, contact Mr. John Hansen at (703) 607-5428. THIS IS NOT A REQUEST FOR PROPOSAL. THIS DRAFT RFP RELEASE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. THIS IS NOT A COMMITMENT BY THE GOVERNMENT TO ISSUE AN RFP OR AWARD A CONTRACT. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-09-R-0206SSAT5-8-2009/listing.html)
- Place of Performance
- Address: TBD Patuxent River, MD
- Zip Code: 20670
- Country: US
- Record
- SN01812461-F 20090510/090509165551 (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 |