SPECIAL NOTICE
16 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT – PRECISION STRIKE PACKAGE GUIDED MUNITIONS CARGO DOORS
- Notice Date
- 10/6/2017
- Notice Type
- Special Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016418SNB03
- Archive Date
- 11/4/2017
- Point of Contact
- Brian Tussey, , Briar Sparks, Phone: 812-854-6695
- E-Mail Address
-
brian.tussey@navy.mil, briar.sparks@navy.mil
(brian.tussey@navy.mil, briar.sparks@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- N00164-18-S-NB03 - REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - PRECISION STRIKE PACKAGE GUIDED MUNITIONS CARGO DOORS - FSC/PSC 1680 - NAICS 336413 Issue Date: 6 OCT 2017 Closing Date: 20 OCT 2017 4:00 PM Eastern The Government is issuing this RFI/sources sought announcement as part of market research/market survey for the procurement of Stand-off Precision Guided Munitions Cargo Doors and Sensor Conversion Units. Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to Sierra Nevada Corporation (CAGE: 8X691), located in Sparks, NV. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition is the lack of sufficient technical data, duplicative cost to the Government that is not expected to be recovered through competition, and the unacceptable delays in fulfilling the agency requirement through any other source. The Government is seeking information from companies mitigating the sole source basis listed above. The Government is seeking companies with the capabilities and facilities to provide Precision Strike system components, integration, test, training, and operations support for AC-130J aircraft in accordance with the attached draft Statement of Work (SOW). Data required to execute this program is not releasable to foreign nationals and secret security clearance is required. This effort will include delivery of additional units of existing components, modifications to integrate new capability, adaptations of capability from one platform to another, spares, and support for test, training, and operations. The products must be certified for operations by the respective platform airworthiness authority and Air Force Non-Nuclear Munitions Safety Board, or other service equivalent depending on the platform operator. The Government will not fund development, qualification and flight test, flight certification, and other non-recurring cost to obtain safety, airworthiness, flight certification, and production start-up. Interested sources must submit substantiation of their ability to provide and sustain all of the capabilities listed below as non-development commodity purchases to support the Government's determination that a source is qualified. The substantiation may include previous deliveries of the capability on combat aircraft or test data and analysis that support safety and airworthiness certification of the capability on AC-130J aircraft. - Internal carriage and employment of munitions and other payloads from Common Launch Tubes (CLTs) through C-130 cargo doors and paratroop doors. The products to be delivered under this solicitation must be interoperable with products delivered by other contractors and Government organizations. Interested sources must include in their submission, a summary of their experience working with the following companies/organizations: - L-3 TCS: Executes aircraft mods and provides engineering support to the Government for airworthiness and safety certification. - Navy Surface Weapons Center Dahlgren Division: Provides guns and battle management hardware and software for gun fire control and munition employment. - L3-Wescam: Provides sensors and engineering support for integration. - Lockheed Martin: Integrating contractor for the AC-130J - Systima Technologies: Provides payload carriage and release products. All interested parties are encouraged to submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate, production units, production quantity breaks, mitigate the reason why the Government should not procure this effort on a sole source basis as stated above, and /or identify other Government contracts with similar efforts for the Government(s) consideration. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N00164-18-S-NB03 Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey Information or questions shall be submitted to NSWC Crane Technical POC Brian Tussey, Email: brian.tussey@navy.mil. Mailing address is NAVSURFWARCENDIV Crane, Code JXQL, Bldg 3291, Attn: Brian Tussey, 300 Highway 361 Crane, IN 47522-5000. Please reference N00164-18-S-NB03 in the subject line of emails. Responses received after 20 October 2017 may not be considered in the Government's market research. Any questions related to the process for submission of information should be submitted to the NSWC Crane Contracting POC Briar Sparks by 4:00 PM Eastern, Time 20 October 2017, at briar.sparks@navy.mil. Responses received after 20 October 2017 may not be considered in the Government's market research. If any part of the submittal is classified, please contact the Contracting POC for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. Your interest in the response is appreciated. Reference announcement number N00164-18-S-NB03 in all correspondence and communications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016418SNB03/listing.html)
- Record
- SN04708664-W 20171008/171006230722-6f34ae8e8bf180c9b8c00e68c8b73c48 (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 |