Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
SOLICITATION NOTICE

16 -- Common Data Link (CDL) Hawklink System Production Effort

Notice Date
3/16/2011
 
Notice Type
Presolicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications 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
N00019-11-R-0041
 
Archive Date
4/30/2011
 
Point of Contact
John C Lyons, Phone: 301-757-5277, Kathleen Getscher, Phone: (301) 757-7086
 
E-Mail Address
chris.lyons@navy.mil, kathleen.getscher@navy.mil
(chris.lyons@navy.mil, kathleen.getscher@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: The Naval Air Systems Command intends to procure on a competitive basis Common Data Link (CDL) Hawklink systems, in accordance with FAR Part 6.1 "Full and Open Competition." This contract encompasses the efforts required to manufacture, test, deliver, manage, and support AN/SRQ-4 (Ku) Radio Terminal Sets (RTSs), for ship small surface combatants and the AN/ARQ RTS for the MH-60 Romeo aircraft. This procurement is contemplated as a fixed price type contract for a base award and four option lots. The estimated quantities are as follows: the base award consists of the FY2012 requirement of approximately 29 each AN/ARQ Radio Terminal Sets (RTS) and 8 AN/SRQ-4 (Ku) RTS; Option 1 (FY2013) approximately 35 each AN/ARQ RTS and 8 AN/SRQ-4 (Ku) RTS; Option 2 (FY2014) approximately 36 each AN/ARQ RTS and 8 AN/SRQ-4 (Ku) RTS; Option 3 (FY2015) approximately 43 each AN/ARQ RTS and 11 AN/SRQ-4 (Ku) RTS; Option 4 (FY2016) approximately 40 each AN/ARQ RTS and 10 AN/SRQ-4 (Ku) RTS. Desired delivery of the AN/ARQ RTS is approximately 3 units per month beginning twenty-four months after award (inclusive of first article testing). Desired delivery of the AN/SRQ-4 (Ku) RTS is 1 unit twenty-four months after award (inclusive of first article testing) and approximately 1 per month thereafter. Offerors desiring to propose as prime contractors must hold a United States Government Secret facility clearance. Draft Specifications/SOW: Draft specifications/drawings are available upon request via CD-ROM to United States Government Agencies and their Contractors. The draft documents are comprised primarily of specifications and drawings, to include the draft Statement of Work and Prime Item Development Specifications for the AN/ARQ RTS and AN/SRQ-4 (Ku) RTS. The draft documents are being issued to provide potential offerors and other stakeholders the opportunity to provide the CDL Hawklink program with comments and clarifying questions prior to the release of the request for proposal. The H-60 Multi Mission Helicopter Program (PMA 299) is the acquisition program office for this potential effort. Instructions are included in this notice on how to request the draft specifications, draft Statement of Work and related materials, and how to submit comments, clarifying questions, and responses. To request the draft specifications/drawings, send your company name, company physical mailing address, CAGE code, and point of contact information (your name, phone number, and email address) to: Ms. Kathleen Getscher at kathleen.getscher@navy.mil or fax to her attention at 301-757-5284. Please copy Mr. Chris Lyons at chris.lyons@navy.mil when emailing. An email confirmation will be sent upon receipt and a CD-ROM will be mailed upon verification of requestor's information. This program includes 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 requires 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 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. 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 the U.S. Department website http://www.pmddtc.state.gov/regulations_laws/itar.html. To participate, a foreign firm may be required to team with a U.S. firm that possesses a current and valid U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. It is the contractor's responsibility to provide evidence of any such agreement and/or license to this office for review and this shall be verified prior to release of any controlled documents. Prior to release of any controlled documents under this solicitation, any U.S. contractor must acknowledge its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances, to obtain an export license prior to the release of technical data within or outside the United States) and agree that it will not disseminate any export-controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations. Upon review of your written request, verification of your status and acknowledgement of the contractor's responsibility under the US Export laws and regulations, the requested documents will be provided. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Companies responding to this request should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZONE small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor or if you desire to subcontract with a prime contractor. Ensure your response contains your company's name, street address, point of contact with phone number and email address, company web page URL. All responses must be unclassified. The Government will not reimburse any preparation costs. Comments, Clarifying Questions, and Responses: Unclassified written comments, recommendations, and questions regarding the draft documents shall be submitted by 15 April 2011 to the following: kathleen.getscher@navy.mil or fax to her attention at 301-757-5284, or at Department of the Navy, Commander, Naval Air Systems Command, Building 2272, Room 155, Attention: Kathleen Getscher, AIR 2.3.4.1.10, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. Please copy Mr. Chris Lyons at chris.lyons@navy.mil when emailing. Questions shall be limited to matters not involving classified and/or business proprietary matters. At any time after receipt of comments/questions, the Government reserves the right to contact respondents for further clarification of the submittal. The Government will consider any responses to this pre-solicitation notice as consent to be included in the potential Bidder's List. A potential Bidder's List will be compiled from draft document requests and will be posted to website: http://www.navair.navy.mil/doing_business/open_solicitations. Additionally, questions received from potential offerors and Government responses will be posted to the same site after 15 April 2011. After consideration of all comments received, a final RFP will be issued. Contract award is anticipated in the 2QFY12 timeframe. Additional documents will be posted to the same site after 15 April 2011 or provided to offerors on the Bidder's List. Interested offerors are responsible for monitoring these sites for the release of the solicitation package and any other pertinent information or amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-R-0041/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02402087-W 20110318/110316234442-9bab7f7799fc71402638602e0fdfdb05 (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.