SOURCES SOUGHT
16 -- RFI For Drogue for ARS
- Notice Date
- 11/14/2008
- Notice Type
- Sources Sought
- 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
- N00019-09-R-0024
- Response Due
- 12/12/2008
- Archive Date
- 12/27/2008
- Point of Contact
- Angela K. Wilcox,, Phone: 7323234573, Tracy A Medford,, Phone: 301-757-7045
- E-Mail Address
-
angela.wilcox@navy.mil, tracy.medford@navy.mil
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) is conducting a Market Survey of Industry to determine potential interested sources who have the skills, experience, qualifications, and knowledge required to successfully produce a previously qualified commercial off the shelf (COTS), non developmental replacement drogue for the Aerial Refueling Store A/A42R-1 (P/N 31-301-48310-5) (ARS), in accordance with the objectives/requirements herein. This request for information (RFI) will be used to determine the availability of non-developmental solutions that have the potential to meet the stated objectives, to assess current industry experience and capabilities, and to support the possibility of a full and open competition to satisfy the objectives identified herein. NAVAIR intends to use the information provided in response to this RFI to aid in refining its acquisition strategy, budgeting assumptions, statement of work, and performance specifications. The NAICS code is 336413, Aircraft Assemblies, subassemblies, and parts manufacturing. The Technical Specifications are as follows: 1)Mean Time Between Failure (MTBF) greater than or equal to 1000 drogue operating hours (Store on Time). 2)Mean Times to Repair (MTTR) less than or equal to 0.5 hours, 3)Low Foreign Object Debris/Damage (FOD) design 4)Meets North Atlantic Treaty Organization (NATO) Standardization Agreement STANAG 3447 requirements 5)Identical aerodynamic performance (drag, stability, extension, retraction, etc) over the same or greater envelope as the current ARS drogue P/N 152-5084-1. 6)Fully qualified 7)Proven flight characteristics on similar platform (ie – buddy-buddy store, other buddy-buddy tanker platforms) Additionally, the Government anticipates the requirement for delivery of a Technical Data Package (TDP) and Government Purpose License Rights (GPLR). The Government anticipates this solicitation to result in the award of contract for the production of up to 300 units, and over a time span of 1-4 years. RFI Content: Any written response to this RFI is requested to be limited to no more than 25 pages (letter size) in length, single-spaced, 12 point font minimum demonstrating their ability to manufacture a low cost replacement drogue for the Aerial Refueling Store A/A42R-1 (P/N 31-301-48310-5) (ARS). If the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification, number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime contractor or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of the company's past experience and performance of aerial refueling drogue development, qualification and production. This documentation shall address, at a minimum, the following through prior/current experience demonstrating an understanding of: (1) General aerial refueling requirements, (2) design and development; production design verification, first article and qualification testing requirements for aerial refueling drogues, (3) production throughput capability, and (4) program management, integration, manufacturing, logistics, and delivery of aerial refueling drogues. c) Any other technical information the company deems necessary to aid the government in making an informed assessment such as resources available such as corporate management, facilities and manning to be assigned to the project, design and systems engineering, design verification, first article and qualification testing; planning, coordinating and conducting tests to prove system performance, and; systems integration, manufacturing and delivering hardware. Other comments and suggestions regarding the Government's course of action and/or alternatives you may offer are encouraged and appreciated. IMPORTANT INFORMATION: Registration in the Department of Defense DoD Central Contractor Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://ccr.gov/index.cfm. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: This program may include information that has been designated as “Distribution D” and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program may require 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 disclosure of technical data by U.S. persons to foreign persons as defined under by the U.S. Department of State website. http://pmdtc.org/licenses.htm. 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. Submission Information: It is NAVAIR’s intention to review the data and may schedule separate briefings with submitters. Written responses and comments to this RFI are requested to be submitted no later than 4:00 PM (EST) on 23 November 2008 to: NAVAIR Lakehurst, Attn: Angela Wilcox, AIR-2.5.5.2.2, Rt 547 B562-3, Lakehurst, NJ 08733, Attn: ARS Drogue. Electronic responses are recommended and encouraged and should be submitted to the following email address: Angela.Wilcox@navy.mil. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties in support of the effort mentioned above. As such, the Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. For updates and additional information please refer to the NAVAIR website at http://www.navair.navy.mil/doing_business/open_solicitations. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c20adf4b9480bed2cb7dc2f82330d925&tab=core&_cview=1)
- Record
- SN01705091-W 20081116/081114220131-c20adf4b9480bed2cb7dc2f82330d925 (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 |