Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOLICITATION NOTICE

16 -- Draft FMV Pre-Solicitation - Attachment (7) Bill of Materials (BOM) - Attachment (4) Distribution Statement - Atttachment (8) DMSMS Quarterly Report Formats - Attachment (9) Analysis of Alternatives - Attachment (6) Engineering Data for Provisioning (EDFP) Worksheet - DRAFT RFP for FMV - Attachment (5) PPL/TDBD Requirements - Attachment (L-2) CPARS Update Questionnaire - Attachment (L-4) Cost/Price Summary Table - Attachment (L-3) Past Performance Questionnaires - Attachment (L-5) - Draft CDRLs DD Form 1423-1 - Attachment (11) GFE/GFP/GFF/GFI Information List

Notice Date
4/5/2016
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-16-R-3000
 
Archive Date
5/19/2016
 
Point of Contact
Rosemarie R. Burwell, Phone: 3017579205
 
E-Mail Address
rosemarie.burwell@navy.mil
(rosemarie.burwell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Government Furnished Equipment/Property/Facilities/Information List. Draft Contract Date Requirement List (CDRL) for FMV Section L- Attachment (L-5) GFE/GFP/GFF/GFI List Past Performance Questionnaires Cost/Price Summary Table CPARS Update Questionnaires Provisioning Parts List (PPL) Top Down Breakdown (TDBD) Requirments Draft Solicitation for Full Motion Video (FMV) Engineering Data for Provisioning Worksheet Analysis of Alternatives (AoA) Case Sheet Diminishing Manufacturing Sources and Material Shortages (DMSMS) Quarterly Report Format Distribution Statements on Documents Bill of Materials Format This draft solicitation is being issued to provide potential offerors and other stakeholders the opportunity to provide the FMV program with comments and clarifying questions prior to the release of the request for proposal The Naval Air System command intends to procure on a competitive basis an airborne Full Motion Video (FMV) System for the MH-60S aircraft, in accordance with FAR Part 6.1 "Full and Open Competition." The FMV system is required to transmit forward-looking infrared video from the aircrafts Multi-Spectral Targeting System (MTS) to both ship board systems and special operations forces. The system must also have the capability to simultaneously receive FMV data from an off-board source while transmitting to a user, potentially on a different frequency band. A proven non-developmental system is preferred to support a rapid integration and deployment schedule. The system shall meet NAVAIR flight worthiness requirements, and be powered by 28 Volts DC. The system will be integrated and installed in the aircraft by the Government. The FMV system shall be interoperable with all Common Data Link (CDL) systems, and any other systems that utilize the Tactical, VORTEX Native, 466 ER, and FM analog waveforms. The base year will include any NRE required to satisfy Specification Requirements; the Qualification Testing (Contractor testing), manufacture of Test Assests for FMV systems, Verification, Validation, Government testing, and refurbishment, and procurement of systems. There will be four (4) option years to manufacture, build, and deliver an additional quantity of systems that meet the configuration approved during the base year. 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 FY2017 requirement for NRE and Test Asset Testing and deliveries of approximately 24 each Directional Antenna Radome, 24 each Directional Antenna, 48 Omnidirectional Antenna, 24 Lots of Diplexers, and 14 FMV Mission Kits (inclusive of Test Assets). Option 1 (FY2018) 48 each Directional Antenna Radome, 48 each Directional Antenna, 96 Omnidirectional Antenna, 48 Lots of Diplexers, and 28 FMV Mission Kits; Option 2 (FY2019) 54 each Directional Antenna Radome, 54 each Directional Antenna, 108 Omnidirectional Antenna, 54 Lots of Diplexers, and 30 FMV Mission Kits; Option 3 approximately 48 each Directional Antenna Radome, 48 each Directional Antenna, 96 Omnidirectional Antenna, 48 Lots of Diplexers, and 26 FMV Mission Kits, Option 45 each Directional Antenna Radome, 45 each Directional Antenna, 90 Omnidirectional Antenna, 45 Lots of Diplexers, and 26 FMV Mission Kits. 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 U.S. Government 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 Full Motion Video. The draft documents are being issued to provide potential offerors and other stakeholders the opportunity to provide the FMV program with comments and clarifying questions prior to the release of the request for proposal. The MH-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 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. Marie Burwell at rosemarie.burwell@navy.mil or fax to her attention at 301-757-5239. Please copy Ms. Lisa M. Maples at lisa.m.maples@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 U. S. 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. The Contractor is responsible for the proper handling and disposal of documents. The Contractor shall return the CD-ROM to the government within two (2) weeks of the closing date of this draft announcement the to the Department of the Navy, Naval Air Systems Command, Building 2272, Room 155, Attention: Ms. Marie Burwell, AIR 2.3.4.1.2, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. 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 4 May 2016 to the following: rosemarie.burwell@navy.mil or fax to her attention at 301-757-5239, or at Department of the Navy, Commander, Naval Air Systems Command, Building 2272, Room 155, Attention: Ms. Marie Burwell, AIR 2.3.4.1.2, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. Please copy Ms. Lisa M. Maples at lisa.m.maples@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. After consideration of all comments received, a final RFP will be issued. Contract award is anticipated in the 2QFY17 timeframe. Interested offerors are responsible for monitoring this site 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/N00421/N00019-16-R-3000/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04074034-W 20160407/160405235313-db2284402a5e55f62e80418d9551a53e (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.