SPECIAL NOTICE
13 -- REQUEST FOR INFORMATION - LOW COST KINEMATIC FLARE - 14SNB15_specnote
- Notice Date
- 3/19/2014
- Notice Type
- Special Notice
- NAICS
- 332993
— Ammunition (except Small Arms) Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016414SNB15
- Archive Date
- 7/7/2014
- Point of Contact
- Kathryn Tredway, Phone: (812) 854-2255
- E-Mail Address
-
kathryn.tredway@navy.mil
(kathryn.tredway@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SPECIAL NOTICE This request for information/sources sought synopsis is being posted to the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please use the FBO site to access information posted by NSWC Crane. MARKET SURVEY - REQUEST FOR INFORMATION / SOURCES SOUGHT SYNOPSIS: The Government is issuing this request for information/sources-sought announcement as part of a market survey. Naval Surface Warfare Center, Crane Division is interested in receiving information from vendors about low cost kinematic flares for protection of military aircraft from Man-Portable Air Defense Systems (MANPADS). The intended use of the item is to protect military aircraft from IR missile threats which use a kinematic counter- countermeasure feature. All interested sources are encouraged to submit company and product literature, references and any other pertinent information for the Government's consideration. The proposed item must have overall external dimensions of 8.13"x.97"x.97" to be compatible with the AN/ALE-47 countermeasures dispensing system used by the U.S. Navy and U.S. Air Force. The item shall consist of a square cross section case containing a flight body, piston and safety & initiator mechanism to make the item bore safe. The flight body shall be designed to provide thrust from exhausting gases which produce an infrared signature, generated by an internal burning pyrotechnic grain. The flare must have accommodations to accept a BBU-35 or CCU-145 Impulse Cartridge which can be electrically initiated by the AN/ALE-47 and dispense the payload. The low cost kinematic flare shall be a Non-Developmental Item (NDI). Potential sources should provide performance data to demonstrate that it is at a minimum Technology Readiness Level (TRL) of 7, preferably 8 or 9. A description of the system, such as physical characteristics, standard operating procedures, safety requirements, photographs, video of operation, radiometric/spectral/ trajectory data, and cost should be provided. All interested sources are encouraged to respond by providing the aforementioned requested information and the following: technical/contractual points of contact, address, telephone and fax numbers, email address, duns number, cage code and or tax ID number, as well as business size category (large, small, small disadvantaged, etc.) The Government may choose to visit, or host a visit from, any potential sources. This request for information/sources sought synopsis in no way implies either implicitly or explicitly that respondents will be compensated in any way by the Government for information provided. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This request for information/sources sought synopsis does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract in connection with this announcement. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. All information provided becomes U.S. Navy property and will not be returned. All proprietary information will be treated appropriately. Your interest in this response is appreciated. Interested vendors should provide information regarding this announcement no later than 1400 EDT on or before 05 MAY, 2014 to Naval Surface Warfare Center, Crane Division. Submittals after this date will still be accepted, although there is no guarantee they will be considered. Technical POC: The technical POC is Mr. Tom Sanders, (812) 854-1603, tommy.sanders@navy.mil. The complete mailing address to submit all information to is: Mr. Tom Sanders, Code WXRQ, Bldg. 121 Room 234, NAVSURFWARCENDIV Crane, 300 Highway 361, Crane, IN 47522-5001. Reference Request for Information/Sources Sought Announcement Number (N00164-14-S-NB15) when responding to this notice. For contracting related questions the contracting POC is Mrs. Kathryn Tredway, (812)-854-2255, kathryn.tredway@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414SNB15/listing.html)
- Record
- SN03314690-W 20140321/140319234949-3268229e29af71b3eb2bdba23d7a7cb3 (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 |