Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2012 FBO #3921
MODIFICATION

14 -- AIM-9M Sidewinder Rocket Motors

Notice Date
8/17/2012
 
Notice Type
Modification/Amendment
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts 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
9/15/2012
 
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 an amendment to the sources-sought synopsis posted on 30 July 2012 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 purpose of this amendment is to amend the NAICS code and response date, specify required capabilities, request a detailed capabilities statement, and answer inquiries. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. The Naval Air Systems Command (NAVAIR), Air-to-Air Missiles Program Office (PMA-259), intends to procure MK 36 Mod 11 and Mod 13 rocket motors. The 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 process of building the Mk 36 Rocket Motor includes casting a solid propellant inside the motor case. Potential offerors are cautioned that performance of this contract will require the processing, storage, and testing of large quantities of high explosives, and that a proper facility and established safety procedures conforming to the requirements of Naval Sea Systems Command (NAVSEA) Operating Procedures Document "OP-5, Volume 1, Ammunition And Explosives Safety Ashore" will be required. The contract will also require radiographic (X-ray) inspection of ordnance items, and demil capability. In addition, DFARS clause 252.223-7002, "Safety precautions for ammunition and explosives", will be included in the contract, which requires compliance with the requirements of the DoD Contractors' Safety Manual for Ammunition and Explosives, DoD 4145.26-M. It is anticipated that the resultant contract(s) will be Firm, Fixed-Price and will contain a base period of one year, FY13, plus four options for FY14-FY17. The options will allow NAVAIR to satisfy future FMS and United States Government (USG) requirements. Estimated quantity is up to 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. The scope of this effort will require compliance with the Technical Data Package (TDP) requirements, including a First Article Test (FAT), a Lot Acceptance Test (LAT), and production acceptance tests and inspections. The technical data package for the Mk 36 Rocket Motor is classified CONFIDENTIAL. An adequate security clearance is required to receive and store classified information up to CONFIDENTIAL. Due to the classified nature of the TDP, all offerors 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. The TDP will be made available only after the formal Solicitation is released. Potential offerors should have a Facility Security Clearance in place before the formal Solicitation is released, in order to receive the TDP in time to prepare a proposal. The USG will not sponsor any potential offeror in their attempt to obtain this clearance. For additional information on obtaining security clearances, please refer to National Industrial Security Program Operating Manual (NISPOM) DoD 5220.22-M, Chapter 2-Security Clearances, Section 1. Facility Clearances. Please address the following in your capability statement, as well as any other information you believe would be helpful: *Is your intent to be the prime contractor for this effort? *Decribe any teaming arrangements you envision, including any agreements already in place. *Has your company managed a task of this nature before, and if so, for whom? *What type of work has your company performed in the past in support of the same or a similar requirement? *Provide an explanation of your company's ability to perform 50% of the work. *Using NAICS Code 336415, provide company business size and status, i.e. 8(a), SDVOSB, etc. *Does your company possess at least a CONFIDENTIAL Security Clearance for both personnel and the facility? *Provide a general description of your company's experience processing solid propellant propulsive devices, including nomenclature and quantity of significant production items. *Provide a general description of your company's experience processing any other high explosives in a volume production program. *Explain how your company will comply with DFARS clause 252.223-7002 and DoD 4145.26-M, referenced above. *Provide a description of your propellant processing facilities, including type and capacity of mixer(s), size and capacity of propellant casting facility, and capacity of curing oven(s). *Provide a description of your explosive item radiographic (X-ray) inspection capability, including through-put (rate) capability and temperature conditioning capability. *Describe your company's experience managing a team of production subcontractors, especially in the areas of molded phenolic nozzles/exit cones, and fabrication of specialty metal aerospace subassemblies. Submittal of a capability statement is highly desired in order to allow the Government to evaluate industry capability, and each item must be addressed. Please provide the statement via email, to the 2 contacts listed below. The statement should be in Microsoft Word format, not to exceed 10 one-sided, 8.5X11 inch pages, not smaller than 10 point font. 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, followed by a formal Solicitation. When the estimated release dates for these documents are determined, an amendment to this synopsis will be posted. 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/. At that time, all potential sources may submit a proposal, which shall be considered by the agency. In response to this sources sought synopsis, please submit capability statements IN WRITING by 31 Aug 2012 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
SN02845525-W 20120819/120818000816-1b2db9070f9fe17afd5e2ca1e6deb096 (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.