SPECIAL NOTICE
13 -- AIR COUNTERMEASURE IR AND RF DEVICES
- Notice Date
- 11/9/2018
- 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 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016419SNB19
- Archive Date
- 1/5/2019
- Point of Contact
- Joseph Johnson, Phone: 812-854-5965
- E-Mail Address
-
joseph.m.johnson5@navy.mil
(joseph.m.johnson5@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-19-S-NB19 - SOURCES SOUGHT - AIR COUNTERMEASURE IR AND RF DEVICES - PSC 1370 - NAICS 332993 Sources Sought for Pyrotechnic, Pyrophoric, and/or Decoy Devices MARKET RESEARCH - SOURCES SOUGHT: NSWC Crane is issuing this Sources Sought for determining industry capabilities and is soliciting information from potential sources. The Government is conducting market research related to fabrication of pyrotechnic and /or Pyrophoric Decoy Devices for initial design assessment, Effectiveness Flight Testing, Hazard, Safety & Qualification Testing resulting in improved capability in protecting military aircraft from Man Portable Air Defense Systems (MANPADS). This notice is for market research purposes only and does NOT constitute a Request for Proposal. This notice shall not be construed as a contract, a promise to contract, or as a commitment of any kind by the Government. The Government is NOT seeking or accepting unsolicited proposals. This Sources Sought Notice is issued solely for conducting market research in accordance with FAR Part 10 and gathering information for planning purposes. NSWC Crane is seeking companies with existing non-developmental countermeasure decoys to counter some of the emerging IR threats. The countermeasures are required to: produce a multispectral signature, dispensed at pre-defined intervals; produce a multi-spectral signature that combines IR output with blocking properties; generate a pre-defined interval dispense that produces IR output with blocking properties; utilize a single dispense with the ability to dispense multiple materials or material configurations that react and appear differently depending on their functional purpose. Additionally, decoys designed with the following properties are sought: advanced Chaff devices for radar countermeasure, Thrusted MTV: Aerodynamic with Low FOD (Falling Ordnance Debris) and nose weight for enhanced trajectory: aerodynamic with classic (solid) nose weight for enhanced trajectory or aerodynamic flight properties: and decoys with smart dispenser capability. Form Factors 1" X 1" X 8" 1" X 2" X 8" 1.41732" X 6" SUBMISSION OF RESPONSES: NAVSEA will accept only electronic unclassified submission of responses. Whitepaper responses are due 45 calendar days from the date of this posting to Tommy Sanders at the tommy.sanders@navy.mil. All responses shall be unclassified and shall be submitted by 11:00 a.m. local time on 12/21/2018. Capabilities: Interested companies who have the necessary capabilities should respond by providing the Government the following information: (1) Name of company and CAGE Code and DUNS number; (2) Point of Contacts name, telephone number, and E-mail address; (3) Company address; (4) Business size information; (5) A brief summary of possible partnering/teaming arrangements; (6) Identify if the company is a Joint Venture, as defined in FAR 19.101 (7) (i). If a respondent does not have adequate resources (technical, manufacturing, personnel, etc.) available, the respondent must be able to demonstrate the ability to obtain those resources, and provide the timeframe for obtaining. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must also meet these criteria. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (7) A brief summary of the company's capabilities (to include organizations, description of facilities, equipment, manufacturing process, inspection capability, skills, personnel) and potential subcontractor's capabilities; (8) Estimated maximum monthly production capacity (and if manufacturing resources required to produce this item are shared by other items/production lines); (9) Lead time to successfully conduct/complete a First Article Acceptance Test (FAAT) and first production delivery after award. Disclaimer: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A PRE-SOLICITATION NOTICE OR A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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 AND THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION SUBMITTED UNDER THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. DO NOT SUBMIT CLASSIFIED MATERIAL. ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULL PROTECTED FROM RELEASE OUTSIDE THE GOVERNMENT. IF A FORMAL SOLICITATION IS GENERATED AT A LATER DATE, A SOLICITATION NOTICE WILL BE PUBLISHED. ALL PROSPECTIVE CONTRACTORS INTERESTED IN THE POTENTIAL FUTURE SOLICITATION FOR THIS ITEM MUST BE REGISTERED VIA THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE AT WWW.SAM.GOV. Contracting Office Address: BLDG 121 300 Hwy 361 Crane, IN 47522-5001 United States Primary Point of Contact.: Joseph M Johnson Contract Specialist joseph.m.johnson5@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419SNB19/listing.html)
- Record
- SN05148783-W 20181111/181109230447-d0d1a9126279c0e288007aa574ec912e (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 |