Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2017 FBO #5699
SOURCES SOUGHT

58 -- Mid-Frequency Active Sonobuoy PRMs

Notice Date
6/29/2017
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
N00019-18-R-3002
 
Archive Date
8/2/2017
 
Point of Contact
Jennifer T Hanson, Phone: 3017579043, James M. Smith, Phone: 301-757-5255
 
E-Mail Address
jennifer.hanson@navy.mil, James.M.Smth@navy.mil
(jennifer.hanson@navy.mil, James.M.Smth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION Air Anti-Submarine Warfare Systems Program Office PMA-264 1.0 Description 1.1 The Naval Air Systems Command (NAVAIR) Patuxent River, Maryland, in support of the Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264) is seeking information on an interested vendor's ability to deliver a minimum of ten and up to 30 Production Representative Models (PRMs) of an A-sized active sonobuoy with a high source level sonar transducer and a high gain sonar receive array operating at mid-frequencies (greater than 2000 Hz but less than 5000 Hz). 1.2 THIS REQUEST FOR INFORMATION (RFI) 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. 1.3 If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential respondents to monitor that site for additional information pertaining to this requirement. 2.0 Background 2.1 The Air ASW Systems Program Office, PMA-264, is interested in demonstrating the utility of an A-sized active sonobuoy with a high source level sonar transducer and a high gain sonar receive array operating at mid-frequencies (greater than 2000 Hz but less than 5000 Hz). 2.2 Planned Production: There is currently no plan for the full rate production of this type of sonobuoy. There is an interest to demonstrate the utility of a limited quantity of this type sonobuoy during scheduled developmental and fleet-level tests. If in the future a production decision is made, to ensure compatibility with existing and future ASW systems, production units of this type of sonobuoy must meet performance requirements such as: reliability, service conditions, electrical, mechanical, acoustic, safety, environmental, product assurance, packaging, marking, and operating requirements. These requirements would be stated in a performance specification. 2.3 Delivery Period: The Government requires the delivery of PRM articles in two lots. The first delivery of 10 units shall be in FY18 and the remaining units shall be delivered by March 2019. 3.0 Submission Content 3.1 Interested vendors shall submit a white paper (MS Word for Office 2010 compatible format, single spaced, 12-point font) via email to james.m.smith@navy.mil and jennifer.hanson@navy.mil. Vendor white papers must address the following: 3.2 Section 1 shall provide administrative information and shall include the following as a minimum: 1) Company name, mailing address, phone number, fax number, and e-mail, name and title of designated point of contact. 2) Recommended contracting strategy. 3) Either 1) a statement that the respondent will allow the Government to release its proprietary data to the Government support contractor listed below or 2) a statement that the responder will NOT allow the Government to release its proprietary data to Government support contractors. In the absence of either of the foregoing, the Government will assume that the respondent does NOT agree to the release of its submission to Government support contractors. The support contractor Point of Contact who will review the responses is: Company: RBC Name: Joe Herron Phone: 301-342-2878 E-mail: joe.herron.ctr@navy.mil 4) Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. "Small business concern" means a concern, including its affiliates, which is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. The small business size standard for this procurement is 1,250 employees. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://farsite.hill.af.mil/. 3.3 Section 2 of shall address the below and shall be limited to five (5) pages. 1) Provide an UNCLASSIFIED description of the mid-frequency active sonobuoy capabilities to address physical characteristics (i.e. size, weight, etc.), source characteristics (number of elements, bandwidth, number of acoustic channels, etc.), receiver characteristics (number of elements, bandwidth, array configuration, etc.), telemetry schemes (i.e. analog or digital, data rate, etc.) and any other information deemed pertinent by the vendor. 2) Provide a plan and schedule to show the earliest date by which the vendor can provide delivery of the first lot of 10 PRM units, as well as, a plan and schedule of the remaining PRM units. The white paper shall include information regarding staffing, production facilities, subcontracting/teaming arrangements, quality certifications and control, configuration control, supply chain management, etc. 3) Prior/current relevant corporate experience (within the last 3 years) performing efforts of similar size and scope, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, customer Point of Contact with current telephone number, and a brief description of how the contract referenced relates to the requirement described herein. 4.0 Responses White papers are due no later than 18 July, 2017 3:00 PM EDT. Responses shall be limited to 5 pages for Section 2 and submitted via e-mail only to james.m.smith@navy.mil and jennifer.hanson@navy.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 5.0 Industry Discussions NAVAIR representatives may or may not choose to meet with potential vendors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted by e-mail to the Contracting Officer's email address (james.m.smith@navy.mil) and copy jennifer.hanson@navy.mil. Verbal questions will NOT be accepted. Questions will be answered by e-mail; accordingly, questions shall NOT contain proprietary or classified information. 7.0 Summary THIS IS A RFI ONLY to identify sources that can provide A-sized active sonobuoys with a high source level sonar transducer and a high gain sonar receive array operating at mid-frequencies (greater than 2000 Hz but less than 5000 Hz). The information provided in this RFI is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-R-3002/listing.html)
 
Record
SN04563442-W 20170701/170629235940-4544f78e476eecfe04e3948d2f1adea9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.