Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 26, 2017 FBO #5816
SOURCES SOUGHT

13 -- Request for Information: MJU-68 Flare Production

Notice Date
10/24/2017
 
Notice Type
Sources Sought
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation 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
N00019-19-RFPREQ-PMA-272-0014
 
Archive Date
11/25/2017
 
Point of Contact
Evan Riedell, Phone: 301-757-7074, Kevin Ritter, Phone: 301-757-7140
 
E-Mail Address
evan.riedell@navy.mil, Kevin.Ritter@navy.mil
(evan.riedell@navy.mil, Kevin.Ritter@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Request for Information (RFI) for planning purposes. This is NOT a Request for Proposals (RFP). NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Naval Air Systems Command (NAVAIR) and PMA272 established the requirements baseline for the MJU-68/B air expendable countermeasure (AECM). The intent of this RFI is to assist NAVAIR and PMA272 in conducting market research to identify if a contractor is available who can satisfy the Government's future requirements for supplying MJU-68/B Flares. Background: In March 2009, the Program Executive Officer (PEO) for the Joint Strike Fighter (JSF) contacted Program Management Air 272 (PMA272) Air Expendable Countermeasure (AECM) Integrated Product Team (IPT) to establish a way of procuring AECM for the JSF aircraft through direct government contracts vice procurement as Contractor Furnished Equipment to all customers. Scope: The production/manufacturing and delivery of the MJU-68/B Flare, Infrared, Countermeasure in accordance with a Technical Data Package. The MJU-68/B Flare is a thrusted, pyrotechnic Flare designed to protect JSF Aircraft from heat seeking missiles. The MJU-68/B Flare is a standard Decoy Flare composition. The MJU-68/B Flare National Stock Number (NSN) and Department of Defense Identification Code (DODIC) are: 1370-01-592-9246, and LA68, respectively. OPSEC protection for all classified and sensitive information would be required. Security policy, procedures, and requirements for classified information are provided in DOD Manual 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Telecommunications security in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.239-7016 needs to be implemented as appropriate. All Statements of interest should include the following additional data: 1. Company name, address, point of contact (POC), telephone number and email address 2. Company's business size/classification, CAGE code, DUNS number, number of employees and number of years in the industry 3. Description of company's concept(s) for production/manufacturing and delivery of the MJU-68B 4. Possible teaming arrangements and delineation between the work 5. Program Management and Supply Chain Management experience for similar products a. Existing relationships with suppliers on similar products b. Description of type(s) of work that potentially would be subcontracted 6. Company's facility security level, and ability to handle and secure sensitive material and information 7. Current and planned manufacturing capabilities to include Magnesium/Teflon/Viton mix a. Experience and foreseen issues with obtaining Magnesium, Teflon and Viton 8. Surge capability to provide a significant increase in support (e.g. rapidly identify, equip and employ resources) in the event of a surge in number, size, or complexity of projects 9. Description of facilities and equipment possessed to be able to perform capabilities and functions listed in the scope section of this RFI to include: a. a dedicated MJU-68 production line b. an ability to accept material on site c. the ability to control the processing environment (Temperature and Heat) within the contractor's facility 10. Minimum and Maximum monthly production rate that could be expected 11. Experience with manufacturing of similar type flares (provide answers for a-e for each type of flares) a. Type of flare produced b. Years of experience c. Maximum capacity reached d. Was your company the prime contractor or subcontractor e. Any of this experience under a Government Contract, if so identify Contract Number 12. Potential lead-time requirement for First Article Testing (FAT) 13. Contactor's ability to perform testing, as identified in the OES-3052, onsite (range and equipment) a. If not on-site, what support would be needed from the Government or a sub-contractor? 14. Experience with shipping these types of products in support of foreign customers 15. Experience with the following: a. DCMA Pre-Award safety surveys b. Compliance with DoD 4145.26-M Contractors Safety Manual for Ammunition and Explosives c. Compliance with 252.223-7002 Safety Precautions for Ammunition and Explosives d. Compliance with 252.223-7003 Change in Place of Performance--Ammunition and Explosives e. Description of certified AS/ISO Quality standards Responding parties are requested to provide no more than 20 pages via e-mail to Evan Riedell at Evan.Riedell@navy.mil and Kevin Ritter at Kevin.Ritter@navy.mil. The response must be compatible with Microsoft Word 2010 or Adobe Acrobat DC reader. Final responses to the above requested unclassified data must be received no later than 5:00 PM EST 10 November 2017. NOTE: Please limit your response to related efforts within than the past 10 years. This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. The Government is only seeking possible sources and information for future needs. No solicitation document exists. However, respondents to this Request for Information will not be excluded from consideration for contract participation in any potential activity. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide, develop, or relay information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Availability of formal solicitation, if any, will be announced under a separate Federal Business Opportunities announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-19-RFPREQ-PMA-272-0014/listing.html)
 
Record
SN04721358-W 20171026/171024231028-22b1518ea21a91b72960a6aaeb20f6d5 (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.