SOURCES SOUGHT
58 -- Night Vision System Forward Looking Infrared Systems
- Notice Date
- 1/24/2020 8:35:03 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- HVNS_FLIR_LRIP4
- Response Due
- 2/10/2020 1:00:00 PM
- Archive Date
- 02/25/2020
- Point of Contact
- Giovanna S. Bonefont, Phone: 3017575262, Brittany S. Reynolds, Phone: 3013424612
- E-Mail Address
-
giovanna.bonefont@navy.mil, brittany.s.reynolds2@navy.mil
(giovanna.bonefont@navy.mil, brittany.s.reynolds2@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Heavy Lift Helicopter Program Office (PMA-261), intends to solicit and negotiate with only one source, under the authority of FAR 6.302-1 �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, to provide Night Vision System (HNVS) AN/AAQ-44A Forward Looking Infrared (FLIR) Systems and related support for the CH-53K Helicopter. PLACE OF PERFORMANCE Place of Performance - McKinney, TX Percentage of Effort - 100% Government (On-Site) - 0% Contractor (Off-Site) - 100%� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. � DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� �RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. BACKGROUND The Naval Air Systems Command (NAVAIR) is to procure Night Vision System (HNVS) AN/AAQ-44A Forward Looking Infrared (FLIR) Systems to provide as Government Furnished Equipment (GFE) to the CH-53K Original Equipment Manufacturer for integration on the aircraft. Tasking includes FLIR kits/spares, test support, parts obsolescence analysis, engineering change proposal (ECP) implementation, repair analysis, and repair of repairables for the FLIR system. ELIGIBILITY � The applicable NAICS code is 334511 with a Small Business Size standard of 1,250 employees.� The Product Service Code (PSC) is 5841. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). � � ANTICIPATED PERIOD OF PERFORMANCE ����������� Assume an earliest contract award date of 31 October 2021. REQUIRED CAPABILITIES Raytheon is the sole designer, developer, and manufacturer of the HNVS AN/AAAQ-44A FLIR kits, with intricate knowledge of various avionics and sensors installed aboard the CH-53E and CH-53K.� As such, Raytheon is the only know company that possesses the requisite, knowledge, technical skills, facilities, technical data and experience to meet the FLIR system that is currently installed on the legacy CH-53E aircraft.� This commonality allows the significant planned reuse of AN/AAQ-44A hardware that will be transferred to ne CH-53K aircraft as the CH-53E platform sundowns. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security clearances for personnel; Company�s ability to begin performance upon contract award. What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before?� If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the tasking described in required capabilities. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged23, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. In order for NAVAIR to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions must include a statement that clearly allows for the information to be disclosed with covered Government support contractors. If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all International Traffic in Arms Regulations (ITAR) regulations is required. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to, Giovanna Bonefont at giovanna.bonefont@navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 10 February 2020. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cdc14cfa8e4e4015a109c6254b5c5058/view)
- Place of Performance
- Address: McKinney, TX 75071, USA
- Zip Code: 75071
- Country: USA
- Zip Code: 75071
- Record
- SN05543517-F 20200126/200124230150 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |