SOLICITATION NOTICE
19 -- TB-37X Multi-Functional Towed Array - TB-37X Draft RFP
- Notice Date
- 11/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NAVSEA HQ, SEA 02, 1333 Isaac Hull Avenue SE, Washington Navy Yard, District of Columbia, 20376, United States
- ZIP Code
- 20376
- Solicitation Number
- N00024-18-R-6103
- Point of Contact
- John B. Watson, Phone: 2027815070, Danielle C. Tyler, Phone: 2027810828
- E-Mail Address
-
john.b.watson1@navy.mil, danielle.tyler1@navy.mil
(john.b.watson1@navy.mil, danielle.tyler1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DD 254 RFP Questions and Comments Form Term of Use Agreement Draft RFP The Naval Sea Systems Command (NAVSEA) has a requirement to procure the TB-37X Multi-Function Towed Array (MFTA) as detailed in the enclosed solicitation N00024-18-R-6103. NAVSEA hereby issues a full and open competitive solicitation for the procurement for the next generation TB-37X.At this time, the Navy is providing the attached draft RFP in order to give industry the opportunity to initiate the proposal process. The draft nature of the RFP is procedural in nature; the Government does not anticipate any significant changes to the attached RFP. Offerors are encouraged to submit questions now; however official responses will not be provided until the official RFP is released. The Government anticipates issuing the official RFP within the next 2 - 3 weeks and will update this posting if anything should change. The due date for proposals will be ~ 18 January 2018. The point of contact is Brad Watson, Code: SEA-02622, Naval Sea Systems Command; 1333 Isaac Hull Avenue, SE, Stop 2050, Washington, DC, 20636-2050 email: john.b.watson1@navy.mil, Phone 202-781-5070. The objective of the TB-37X program is to procure the next generation TB-37X First Article Array, Receiver and Test Set fabrication and test; production of up to 56 TB-37X Arrays, Receivers, Test Sets and Modules; Engineering and technical services to support TB-37X production efforts and post-delivery interim support; and Provisioned Item Orders (PIOs). The TB-37X is intended to replace the TB-29A. The TB-37X is a The performance specification and other related controlled files will be mailed only to those companies with a validated security clearance and a need to know. Respondents to this synopsis should submit a written request to the PCO Representative, Brad Watson at john.b.watson1 @navy.mil. A written request may be submitted to obtain security verification and approval. ALL PARTIES INTERESTED IN RECEIVING THE RFP CONTROLLED FILES MUST SUBMIT A WRITTEN REQUEST. The written request must include the following: a.Company Name b.Cage Code c.Company Address d.Technical Point of Contact e.E-mail Address f.Website address g.Telephone Number h.Business Category (i.e., large, small disadvantaged, veteran, woman owned, etc.) i.Facility Security Officer (FSO) j.FSO phone number k.Classified mailing address l.Classified fax number m.Terms of Use Acceptance Form Once the "need-to-know and security clearance" is verified and approved, the company/individual will be authorized to receive the files. Respondents are requested to review the documents provided with the RFP and submit any questions you may have via e-mail to john.b.watson1@navy.mil. The Government will receive WRITTEN UNCLASSIFIED QUESTIONS ONLY via email. See solicitation regarding classified questions. The Government will consider all questions and comments received on the RFP only if submitted in the "JS-2 Question and Comments form" (included in this posting). The Government does not commit to providing a response to any comment or question. All such questions should be received in writing within fifteen (15) days after this posting to allow the Navy adequate time to prepare and issue responses to all Offerors prior to the date and time set for receipt of proposals. Any subsequent revisions to the solicitation based on comments received remains solely at the Government's discretion. No comments, questions, or inquiries shall be made to any Government person other than the point of contact identified in this synopsis. Please note that all unclassified questions and answers will be posted on www.fbo.gov. Navy policy does not support the release of the performance specification and other related controlled files to non-U.S. contractors. Only U.S. companies may propose as prime contractors. If a non-U.S. company decides to team with a U.S. prime contractor then the U.S. prime contractor must comply with the Department of State 22CFR Parts 120-130 and submit a request for an export license. DFARS 252.204-7004 ALT A, required Central Contractor Registration applies. Lack of current registration in the CCR database will make an offeror ineligible for award. Information may be obtained via the internet at www.ccr.gov or via telephone at 888-227-2423. This notice shall not be construed as a promise to contract or commitment of any kind. Participation in this effort is strictly voluntary. This information is subject to modification and in no way binds the Government to award of a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/NAVSEAHQ/N00024-18-R-6103/listing.html)
- Record
- SN05140680-W 20181103/181101230812-296874c69843079ad1e31ea56f5156f0 (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 |