MODIFICATION
16 -- Multi-Purpose Bomb Rack (MPBR) - Solicitation 2
- Notice Date
- 5/19/2009
- Notice Type
- Modification/Amendment
- 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
- N00019-08-R-0058
- Response Due
- 5/30/2009
- Point of Contact
- Linda I Tome, Phone: (301) 757-5933, Tracy A Medford, Phone: 301-757-7045
- E-Mail Address
-
linda.tome@navy.mil, tracy.medford@navy.mil
(linda.tome@navy.mil, tracy.medford@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment (57) DD From 254 - Department of Defense Contract Security Classification Guide Attachment (56) 30003-RW56247 - F/A-18/MIL/STD-1760 Umilical Cable (Sheets 1, 2, 3, 4 and 5 all Rev B) - Will Not Be Posted Obtain Per The Announcement Attachment (55) SD0565-3-2, Rev.2 No. R302, 2 December 2002, Volume I - Detail Specification for Model F/A-18E/F Aircraft Weapon System - Will Not Be Posted Obtain Per The Announcement Attachment (54) BRU-69/A Risk Management Plan Attachment (53) BRU-69/A Systems Engineering Plan - Will Not Be Posted Obtain Per The Announcement Attachment (52) MPBR Cost Attachment 1 thru 10 Attachment (51) Connector Assembly, Mk 39 Mod 0 Drawing No. 2415951 - Will Not Be Posted Obtain Per The Announcement Attachment (50) LAU-68 Series Rocket Launcher Drawing No. 958AS151 (Three TIF Files, Pages 1, 2 and 3) - Will Not Be Posted Obtain Per The Announcement Attachment (49) LAU-68 Series Rocket Launcher (Flight Configuration) Drawing No. 958AS150 (Two TIF Files, Pages 1 and 2) - Will Not Be Posted Obtain Per The Announcement Attachment (48) Swivel and Ring Assembly, MAU-182, NAVAIR Drawing No. 923AS190 - Will Not Be Posted Obtain Per The Announcement Attachment (47) Hoist Adapter, bRU-33 (Single Store) Drawing No. 74D750024 (Two PDF Files, Pages 1 and 2) - Will Not Be Posted Obtain Per The Announcement Attachment (46) Trolley, BRU-33 (Single Store) Drawing No. 74D750023 - Will Not Be Posted Obtain Per The Announcement Attachment (45) Hoist Adapter, BRU-33 Drawing No. 74D750006 and 74D750006a (Two PDF Files) - Will Not Be Posted Obtain Per The Announcement Attachment (44) Trolley Adapter, BRU-33 Drawing No. 74D750000 - Will Not Be Posted Obtain Per The Announcement Attachment (43) SUU-79B/A Wing Pylon (F/A-18E/F) Drawing No. 74A730401 - Will Not Be Posted Obtain Per The Announcement Attachment (42) Adapter Assembly, W67 Drawing No. 3260AS1300Rev D Attachment (41) Test Set, Common Rack and Launcher (CRALTS, A/E37T-35A Drawing No. 3260AS100 Attachment (40) Latch, Spring Assembly Drawing No. 2263759G Attachment (39) Fuze Function Control Test Set, AN/AWM-42 Drawing No. 207AS1000 - Will Not Be Posted Obtain Per The Announcement Attachment (38) BRU-32B/A Bomb Ejector Rack Drawing No. 1534AS7000M - Will Not Be Posted Obtain Per The Announcement Attachment (37) BRU-32A/A Bomb Ejector Rack Drawing No. 1534AS5000T - Will Not Be Posted Obtain Per The Announcement Attachment (36) BRU-32 Series Bomb Rack Installation Drawing No. 1534AS101F - Will Not Be Posted Obtain Per The Announcement Attachment (35) SICD-11859-005 - Small Diameter Bomb (SDB) Carriage Systems to Weapon Interface Control Document (Revision C or later) - Will Not Be Posted Obtain Per The Announcement Attachment (34) LAU-61 & LAU-68 DA ICD - ICD for the LAU-61C/A and LAU-68D/A Rocket Launchers, Naval Surface Warefare Center Indian Head Division, IR 13 Jun 05 or later - Will Not Be Posted Obtain Per The Announcement Attachment (33) CBD-78 Series Dispenser and Mine Drawing No. 1183AS100 - Will Not Be Posted Obtain Per The Announcement Attachment (32) MK 77 Mod 4 Fire bomb Drawing No. 2603656 - Will Not Be Posted Obtain Per The Announcement Attachment (31) UAI-PSICD - Universal Armament Interface Platform/Store Interface Control Document - Will Not Be Posted Obtain Per The Announcement Attachment (30) MIS-ICD-56600 - Joint Air-to-Ground Missile Platform to Navy Fixed-ing Launcher (Type 2) Interface Control Document, Volumes I and II (Two PDF Files, Volume I and Volume II) - Will Not Be Posted Obtain Per The Announcement Attachment (29) JICD MDA-001 - Joint Direct Attack Munitions (JDAM) Interface Control Document (two PDF Files, Volume I and Volume II Will Not Be Posted Obtain Per The Announcement- Attachment (28) Interface, Adapter Kit to MK-82 (GBU-12) Drawing No. 1393AS462 - Will Not Be Posted Obtain Per The Announcement Attachment (27) Switch, Arming Safety, Mark 122 Mod 0 Drawing No. 2288036 -Will Not Be Posted Obtain Per The Announcement Attachment (26-3) LAU-10 Series Rocket Launcher Drawing No. 4902122P4 Attachment (26-2) LAU-10 Series Rocket Launcher Drawing No. 4902122p3 Attachment (26-1) LAU-10 Series Rocket Launcher Drawing No. 4902122P2 Attachment (26) LAU-10 Series Rocket Launcher Drawing No. 4902122p1 Attachment (25) LAU-61 Series Rocket launcher Drawing No. 958AS120 - Will Not Be Posted Obtain Per The Announcement Attachment (24) 377AS1008 - Advanced Tactical Air Launch Decoy (ATALD) ICD, Part 3, Vehicle, Control Surfaces, Power, Launch Adapter, Payload and Misc D - Will Not Be Posted Obtain Per The Announcement Attachment (23) J2-ICD-RR62669 - Joint Standoff Weapon (JSOW) Interface Control Document - Will Not Be Posted Obtain Per The Announcement Attachment (22) AS6192 - PAVEWAY II LGB Performance Specification - Will Not Be Posted Obtain Per The Announcement Attachment (21) NWP 3-22.5F/A-18E/F Volume IV A1-F18EA-TAC-020 - FA-18E/F Tactical Manual - Will Not Be Posted Obtain Per The Announcement Attachment (20) NAVAIRINST 4355.19 NAVAIR Systems Engineering Review Process Attachment (19) Reserved - Will Not Be Posted Obtain Per The Announcement Attachment (18) Reserved - Will Not Be Posted Obtain Per The Announcement Attachment (17) ASIM AOP 12 STANAG 3898 and ASIM AOP 12 STANAG 3898 Amendment 1 - aircraft Stores Interface Manual Allied Ordnance (Two PDF files) - Will Not Be Posted Obtain Per The Announcement Attachment (16) Government Generated Project Plan Attachment (15) MPBR cost and Software Data Reporting (CSDR) Plan Attachment (14) Appendix E EVM Toolkit Attachment (13) SRA Instructions Attachment (12) Technical Readiness Assessment TMSA CTE Spreadsheet Attachment (11) BRU-55 1/10th Scale Drawing Number 74T076299 Rev B - Will Not Be Posted Obtain Per The Announcement Attachment (10) BRU-55 1/10th Scale IGeS Model (Electronic Format Only) - Will Not Be Posted Obtain Per The Announcement Attachment (9) BRU-69/A Outer Mold Line IGES Model (Electronic Format Only) - Will Not Be Posted Obtain Per The Announcement Attachment (8) System Requirements Verification Matrix (SRVM) Attachment (7) Proposal BRU-69/A Program Schedule Attachment (6) BRU-69/A UID Drawing Number 3960AS101 - Will Not Be Posted Obtain Per The Announcement Attachment (5) BRU-55/A Wind tunnel Data and Model (electronic Format Only) - Will Not Be Posted Obtain Per The Announcement Attachment (4) BRU-69/A Mechanical Interface Drawing No. 3960AS199 - Will Not Be Posted Obtain Per The Announcement Attachment (3) BRU-69/A Multi-Purpose Bomb Rack Interface Control document No. 3690AS700 - Will Not Be Posted Obtain Per The Announcement Attachment (2) BRU-69/A System Performance Specification PMA201-07005/R - Will Not Be Posted Obtain Per The Announcement Addendum (1) Supplemental Guidance for the BRU-69A Multi-Purpose Bomb Rack Statement of Objectives Attachment (1) Statement of Objectives for the BRU-69/A Multi-Purpose Bomb rack Supplement (1) Exhibit TE Exhibit SW Exhibit PR Exhibit PM Exhibit LS Exhibit EN Exhibit CM FINAL RFP - PROPOSALS ARE DUE BY 3:00PM EASTERN STANDARD TIME ON 1 JULY 2009 Naval Air Systems Command Conventional Strike Weapons Program Office (PMA-201) intends to competitively award the Engineering and Manufacturing Development (EMD) of a non-pyrotechnic Multi-Purpose Bomb Rack (MPBR) for carriage and release of weapons and stores employed on BRU-33, BRU-41, BRU-42 and BRU-55 bomb racks. This rack must employ weapons and stores cleared to the current envelope of the F/A-18E/F series aircraft, F/A-18E/F aircraft with Higher Order Language (HOL) Operational Flight Programming (OFP) software. This rack is also intended for employment of future weapons such as Joint Air to Ground Missile and Small Diameter Bomb II and for integration on the Jonit Strike Fighter and other objective platforms. A complete list of threshold and objective stores and platforms is contained in the Statement of Objectives (SOO) as Attachment (1) and Addendum (1). A major objective of this EMD effort is to minimize flight-testing and re-certification of the threshold stores on the threshold aircraft by requiring the MPBR conform to the Outer Mold Line of the BRU-33 bomb rack, with the addition of store umbilicals and supporting hardware. Offerors who have the skills, experience, qualifications and knowledge required to successfully develop and provide an MPBR are required to submit a Computational Fluid Dynamics (CFD) computer analysis of the Offerors design concept. Specific details for the CFD are contained with in the RFP. Naval Air Systems Command, PEO (U&W) has approved the acquisition strategy. The Government intends to use a competitive performance-based specification for the MPBR effort. This competition will be conducted using the BEST VALUE Source Selection approach to select the most advantageous offer based on both non-cost factors as well as cost factors. The Government anticipates evaluating the offers based on technical, cost and past performance. The Government anticipates this solicitation to result in a single award of a Cost-Plus-Incentive-Fee (CPIF) contract for the EMD protion and FPI for the Low Rate Initial Production (LRIP) Options. The Final RFP may be obtained at the following website: http://www.navair.navy.mil under “Business Opportunities” under N00019-08-R-0058. Except as noted here, the Government will only release the solicitation/RFP, including any subsequent amendments, over the Internet. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies will be mailed. Any amendment issued will be posted to the same website. After the solicitation release, vendors should regularly access the website to ensure they have all amendments. Failure to obtain any posted amendments and to respond to each of them prior to the date and time set for receipt of offers may render your offer nonresponsive. Original and 7 copies of all proposals will be due by 3:00 PM Eastern Standard Time on 1 July 2009. A pre-proposal conference has been tentatively scheduled on or about 2 June 2009. The conference will be held in Lexington Park, Maryland. If participation in the pre-proposal conference is desired, prospective offeror(s) shall notify Linda Tome at: linda.tome@navy.mil or Tracy Medford at: tracy.medford@navy.mil within seven (7) days of release of this solicitation to schedule and obtain registration information. The final date, time and specific location will be provided seperately. The conference will include briefs on the MPBR program and acquisition strategy. CONFIDENTIAL CLEARANCE: All potential offerors must have a current Department of Defense (DoD) Confidential clearance to obtain the classified documents associated with this effort. Companies must officially request classified documents in writing through Linda Tome at linda.tome@navy.mil RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: This program includes information that has been designated a “Distribution D” and is only releasable to current and approved 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’s 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. As such, the documents contain data whose export/transfer/disclosure is restricted by U.S. law and dissemination to non-U.S. persons whether in the United States or abroad requires an export license or other authorization. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclose of technical data by U.S. persons to foreign persons as defined under the U.S. Department of State website, http://pmdtc.org/licenses.htm. To participate in this program, all firms must acknowledge their responsibility under the Arms Export Control Act. 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 offeror’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. Prior to release of any control document under this solicitation, the 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. It is the responsibility of the contractor to provide this certification and/or proof of a current approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Upon verification of your status and acknowledgement, the requested documents will be provided. Interested firms shall submit a written request for the attachments through Linda Tome at: linda.tome@navy.mil or Tracy Medford at: tracy.medford@navy.mil. Companies must officially request the controlled documents in writing. To validate the document release, this request must include the potential Offeror’s company name, mailing address, email address (if available), point of contact, phone number, current CAGE number, Central Contractor Registration number. The written request must include 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. As such, only the Exhibits, Supplement (1) for the Exhibits, Attachment 1 SOO, Addendum (1) to Attachment (1), Attachment 7-8, Attachment 12-16, Attachment 26, Attachment 26-1, Attachment 26-2, Attachment 26-3, Attachments 40-42, Attachment, 52, Attachment 54 and Attachment 57 Will be posted with the solicitation. As such, Attachment 2-6, Attachment 9-11, Attachment 17, Attachments 21-25, Attachment 27-39, Attachment 43-51, Attachment 53, and Attachments 55-56 will NOT be posted with the RFP and must be obtained through this office. Upon verification of your status as a current and approved Department of Defense (DoD) contractor and acknowledgement of your responsibilities under U.S. export control laws and regulations, approved authorization confirmation to receive the requested documents will be provided. IMPORTANT INFORMATION: Registration in the DoD Central Contractor Registration (CCR) database will be a prerequisite for receiving an authorization for release of the controlled documents and award. The Government is not obligated to and will not pay for any information on the CCR. Refer to the CCR website at http://www.ccr.gov/index.cfm. Any questions about this announcement shall be submitted to the following: linda.tome@navy.mil or at Naval Air Systems Command, Building 2272, Room 256, 47123 Buse Road, Unit IPT, Attn: Linda Tome, AIR-2.4.4.3.1, Patuxent River, MD 20670-1547.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-08-R-0058/listing.html)
- Record
- SN01821768-W 20090521/090519235951-8fddd255255c83d32532ac49b191a084 (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 |