Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2012 FBO #3903
SOURCES SOUGHT

14 -- AIM-9M Sidewinder Rocket Motors

Notice Date
7/30/2012
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle 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
N00019-12-P1-ZA147
 
Archive Date
9/1/2012
 
Point of Contact
Nickiann O Labriola, , Gregory S Lee,
 
E-Mail Address
nickiann.labriola@navy.mil, gregory.lee@navy.mil
(nickiann.labriola@navy.mil, gregory.lee@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources-sought synopsis to solicit the interest of manufacturing sources for the production of AIM-9M Sidewinder Rocket Motors (Mk 36 Mod 11 and Mk 36 Mod 13), NSN 1337-01-145-1963 and NSN 1337-01-484-7681, to fulfill Foreign Military Sales (FMS) and US Government requirements. The Naval Air Systems Command (NAVAIR), Air-to-Air Missiles Program Office (PMA-259), intends to procure these motors on a full and open competitive basis. The MK 36 Mod 11 and Mod 13 rocket motors are approximately 71 inches long, 5 inches in diameter, and consist of a reduced smoke propellant cast into a steel tube; three hanger attachment lugs, igniter, mechanical arming handle, and nozzle. The technical data package for the Mk 36 Rocket Motor is classified CONFIDENTIAL. It is anticipated that the resultant contracts will be Firm, Fixed-Price and will contain a base period of one year FY13 and four options for FY14-FY17, which will provide a vehicle for future FMS and United States Government (USG) requirements. Estimated quantity is 1,200 rocket motors for the base year and up to 1,000 rocket motors for each option year. Delivery will be required to begin within 18 months from the date of contract award. This acquisition is being pursued as a full and open competition under the statutory authority 10 U.S.C. 2304 and 41 U.S.C. 253, as implemented by Federal Acquisition Regulation (FAR) 6.102(b). All contractors must meet the Technical Data Package (TDP) requirements, specifically, the First Article Test (FAT), Lot Acceptance Test (LAT), and production acceptance testing/inspections. In addition, the contractor will require a security clearance adequate to receive and store classified information up to CONFIDENTIAL. Due to the classified nature of the TDP, all bidders will be required to comply with all applicable Defense Security Service provisions of the National Industrial Security Program Operating Manual (DoD 5220.22-M), including obtaining Facility Security Clearance to the CONFIDENTIAL level. Due to the time-sensitivity of the requirement, this compliance will be required at the time of the final proposal due date; the USG does not anticipate being able to sponsor any potential bidders in their attempt to obtain this clearance. Furthermore, the USG intends to award one or more contracts to the offerors who provide the best overall value, price and other factors considered. There is no commitment by the USG to issue a solicitation, make an award, or to be responsible for any monies expended by any interested parties before award of a contract for this effort. The USG intends to host an Industry Day for this procurement. When the USG determines the date, time and location, the USG will post that information in an amendment to this Sources Sought Notice or in the future Synopsis. A Solicitation is not available at this time. The USG intends to release a draft Solicitation, including Sections L & M, on or about (DATE). The USG intends to release an electronic Request For Proposal (RFP) on or about (DATE), with an anticipated closing date of (DATE). A copy of these solicitations will be posted to the NAVAIR homepage at http://www.navair.navy.mil/business/ecommerce/index.cfm and to the Federal Business Opportunities website at https://www.fbo.gov/. All potential sources may submit a proposal, which shall be considered by the agency. Please submit capability statements IN WRITING to Ms. Nicki LaBriola at Nickiann.Labriola@navy.mil, with a copy to Mr. Gregory S. Lee at gregory.lee@navy.mil. Telephone responses WILL NOT be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-P1-ZA147/listing.html)
 
Record
SN02820155-W 20120801/120731000006-495ebb96d8938ee2e71007eba9a0811b (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.