SOURCES SOUGHT
58 -- Dual Band Decoy (DBD) - Request for Information (RFI)
- Notice Date
- 12/16/2020 12:58:56 PM
- 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
- N00019-22-RFPREQ-PMA-272-0019
- Response Due
- 1/29/2021 1:00:00 PM
- Archive Date
- 02/13/2021
- Point of Contact
- Shannon Buckalew, Phone: 3017575552, Evan Riedell, Phone: 3017577074
- E-Mail Address
-
shannon.buckalew@navy.mil, evan.riedell@navy.mil
(shannon.buckalew@navy.mil, evan.riedell@navy.mil)
- Description
- MARKET SURVEY - REQUEST FOR INFORMATION: The Naval Air Systems Command is issuing this Request for Information (RFI) as part of a market survey to obtain technical and program related information useful to support a Dual Band Decoy (DBD) material solution analyses and acquisition strategy refinement, to provide off-board countermeasures protection for the F/A-18E/F. The Government seeks information on concepts for the DBD and the maturity of those associated technologies. The information will be used for initial planning and cost estimation for the program and for potential design approaches and technology demonstrations.� DBD system components of interest include the canister housing, decoy aerobody, internal electronics and antennas, towline cable, payout and brake mechanism, and connector and bulkhead interface assemblies.� Specific information sought is cited below. Government Furnished Information (GFI): A Draft DBD Performance Specification containing information that may be useful to potential participants is available to all Contractors that have a valid and appropriate classified facility clearance.� Only the Draft DBD Performance Specification is currently available for viewing.� The information contained therein is intended for informational purposes only. To request a copy of the Draft DBD Performance Specification, please contact Shannon Buckalew, AIR-2.2.1.1.3, via email at �Shannon.Buckalew@navy.mil.�� Please refer to the above announcement number when responding and provide the following company information: Company Name Company point of contact name, phone number and email address (including SIPRnet, if available) Current and valid CAGE Number/Central Contractor Registration (CCR) Number A statement as to whether the Company is registered by the Department of Defense, United States/Canada Joint Certification Office (i.e., have an approved DD 254 by said agency) Unclassified mailing address Classified mailing address Facility Security Officer point of contact name, phone number, and email address RFI Response Content: The Government requests information to support the development of capabilities against modern RF threat radars in support of the DBD program.� The DBD program is intended to serve as a replacement for the ALE-55 Round Assembly (T-1622/ALE-55(V)) and ALE-50 Advanced Airborne Expendable Decoy (AAED) (RT-1646E/ALE) currently deployed onboard the F/A-18E/F. The Government seeks comments and questions pertaining to the Draft DBD Performance Specification. RFI Responses:��Responses should be limited to no more than 50 pages and may be sent via email or regular mail.� Receipt will be acknowledged by the Government, but the submissions will not be returned. Use of Microsoft Office (PowerPoint, Excel, Word, and Project) or Adobe products is required. Mailing addresses for the RFI responses are provided at the end of this announcement. Responses can be accepted at all classification levels.� Responses classified SECRET or below should include a cover letter that identifies the RFI reference number, N00019-22-RFPREQ-PMA-272-0019 and the primary and secondary points of contact (name, phone number, fax number, and email address). Document markings: It is incumbent upon sources providing responses to this RFI to accurately mark all data with all appropriate data rights, distribution and classification markings. Classified information must be provided in accordance with the applicable Security Classification Guide(s), be appropriately marked (including portion marking), and comply with all the requirements of the DD 254 - Contract Security Classification Guide provided to respondents. Interested sources are advised that the employees of commercial firms under contract to the Government may serve as technical reviewers of information provided in response to this RFI. By submission of a response, a source gives the Government permission to release the entire response (inclusive of proprietary/classified information) to employees of these organizations. All employees of these organizations that will have access to RFI response data will have signed Non-Disclosure Agreements (NDAs) in place prior to accessing the data. Beyond the above commercial firms, the Government will not release any data received in response to this RFI, for which it has less than Government Purpose Data Rights, to any firm, agency, or individual outside the Government. Disclaimer:� This RFI 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 U.S. Government is in no way liable to pay for or reimburse any Contractors or entities that respond to this announcement. Additionally, any costs incurred by interested Contractors in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking. RFI Response Mailing Addresses: UNCLASSIFIED responses may be sent to: �Shannon.buckalew@navy.mil and joseph.murias@navy.mil� ������������������ OR Department of the Navy Program Executive Office, PMA 272 Attention: Joe Murias 47123 Buse Road Suite 535 Patuxent River, MD 20670-1547 CLASSIFIED responses at SECRET or below may be sent to: �joseph.s.murias@navy.smil.mil� ������������������� OR Outer Envelope: Department of the Navy Program Executive Office, PMA 272 Tactical Aircraft Programs 47123 Buse Road Suite 535 Patuxent River, MD 20670-1547 Inner Envelope: Department of the Navy Program Executive Office, PMA 272 Attention: Joseph Murias, AIR-4.5.18 47123 Buse Road Suite 535 Patuxent River, MD 20670-1547 Contracting Office Address: Building 2272 47123 Buse Road Unit IPT Patuxent River, Maryland 20670 United States Primary Point of Contact: Shannon Buckalew, Contract Specialist Shannon.buckalew@navy.mil Phone: (301) 757-5552
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/073956cd85b8498f864faf1d8a1a46d9/view)
- Record
- SN05876013-F 20201218/201216230151 (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 |