Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2018 FBO #5910
MODIFICATION

16 -- Ballistic Protection for V-22 - Solicitation 1

Notice Date
1/26/2018
 
Notice Type
Modification/Amendment
 
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 Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-18-R-0102
 
Archive Date
3/13/2018
 
Point of Contact
LeAnn Spann, Phone: 7323234121, Thomas Kracinovich, Phone: 732-323-7547
 
E-Mail Address
leann.spann@navy.mil, thomas.kracinovich@navy.mil
(leann.spann@navy.mil, thomas.kracinovich@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Solicitation package/attachment replaces all previous packages/attachments listed under the Pre-Solicitation Notice. This Solicitation package/attachment replaces all previous packages/attachments listed under the Pre-Solicitation Notice, and is hereby released. The Naval Air Warfare Center Aircraft Division (NAWCAD) (AD-5.0X) AIRWorks in collaboration with PMA 275 V-22 Program Office has a new requirement for a light-weight floor Ballistic Protection System (BPS). The installed set shall pass qualification testing and shall provide ballistic protection to the specified floor area in the cargo and cockpit compartments while maintaining access to all aircraft tie down points, litter attachment points and the cargo hook well doors. The system shall be modular, to allow partial installation based on mission requirements. The system shall also be corrosion/fluid resistant and durable enough to withstand operational rigor. This acquisition will be competed as a 100% Small Business Set-Aside. The resultant contract will be a Fixed Price, five (5) year, Indefinite Delivery Indefinite Quantity (IDIQ). The ordering period will be from date of award through sixty (60) months. The total order of ship sets to include spares of the five (5) year period is a quantity of 200 along with separate line items for each individual floor panel. The vendor shall deliver one (1) production representative set for First Article Testing ninety (90) days after delivery order award. The North American Industry Classification System (NAICS) Code is 336413 and the Size Standard is 1,250 employees. RELEASE OF TECHNICAL DATA PACKAGE (TDP) INFORMATION: The drawing package, Contract Data Requirements List (CDRLS) and Statement of Work (SOW) associated with the solicitation will NOT be posted with the RFP and must be obtained through this office. This package 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 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 and SOW 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. The drawing package and SOW are Export Controlled. Only qualified contractors interested in receiving the necessary technical data for proposal purposes must submit a valid, approved current DD Form 2345, Military Critical Technical Data Agreement, to this office. The drawing package and SOW will only be sent to qualified contractors. The DD Form 2345 must be on file with the United States/Canada Joint Certification Office. To file a DD Form 2345, please visit the website at http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP.aspx, or contact them at 1-800-352-3572. This website will provide all necessary information concerning certification under the Joint Certification Program (JCP). AFTER release of the Solicitation, only interested contractors shall submit a written request for a copy of the TDP (drawings, SOW, CDRLS, etc.) through LeAnn Spann at leann.spann@navy.mil. To obtain the TDP, the written request must be submitted to leann.spann@navy.mil and must include the name of your company, mailing address, phone number, email address, current CAGE number and a current DD Form 2345. Please note the TDP will ONLY be sent to qualified contractors with a valid, current DD Form 2345 and will be provided via an e-mailed link to AMRDEC SAFE web application, which will be sent to the DATA CUSTODIAN referenced in Block 3 of your approved DD2345. The TDP will be provided to interested contractors who provide a valid copy of their approved DD From 2345 up until 05 February 2018. IMPORTANT INFORMATION: All potential Offerors must obtain a DUNS number, a CAGE code, and register in the System for Award Management (SAM) located at https://www.sam.gov/portal/SAM/#1 in order to transact business with the Government. Failure to obtain a DUNS number, a CAGE code and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful Offeror. Any questions about this announcement shall be submitted to LeAnn Spann at leann.spann@navy.mil. Note: ALL questions and answers specific to this solicitation will be posted to the FBO website. ALL questions in regards to Solicitation N68335-18-R-0102 and its TDP for BPS are due NO LATER THAN 8:00 am Eastern Time (ET), 12 February 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-18-R-0102/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN04801965-W 20180128/180126231610-4b3bde9866f568c6c9ba8204803a8f10 (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.