Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2023 SAM #7859
SOURCES SOUGHT

58 -- Radio Frequency Countermeasures ALE-70 & Associated Variants

Notice Date
6/2/2023 11:17:36 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
N00019-24-RFPREQ-TPM272-0020
 
Response Due
6/12/2023 12:00:00 PM
 
Archive Date
06/27/2023
 
Point of Contact
Elizabeth Lamb, Phone: 3017571705
 
E-Mail Address
elizabeth.lamb@navy.mil
(elizabeth.lamb@navy.mil)
 
Description
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. INTRODUCTION: The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its requirement to procure Air Launch Expendable (ALE)-70 Radio Frequency Countermeasures (RFCM) with ancillary requirements for the repair of government-owned tooling and test equipment. The proposed contract will procure a best estimated quantity of 7,500 ALE-70 variants to support Fiscal Year (FY) 2024 through FY2028 U.S. Navy, Foreign Military Sales (FMS), and Other Customer requirements. 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 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 notice. ELIGIBILITY: The Product/Service Code (PSC) most appropriate for this contract is 5865: Electronic Countermeasures, Counter-Countermeasures and Quick Reaction Capability Equipment.� All interested businesses are encouraged to respond. At a minimum, a DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a �Secret� Facility Clearance. ANTICIPATED PERIOD OF PERFORMANCE: This contract is planned to contain a base year with up to four option years, and is intended to satisfy Government requirements for FY24 through FY28. The anticipated award date is January 2024. End item deliveries must commence no later than 24 months after contract award and each respective option exercise. All quantities within each base and option period must be manufactured and delivered within 12 months of the first delivery in that period. ANTICIPATED CONTRACT TYPE: The contract type for this contract is anticipated to be a mix of Fixed Price for production line items and Cost Reimbursable for tooling and test equipment repair line items. PROGRAM BACKGROUND: The Air Launch Expendable (ALE)-70 countermeasures provide required radio frequency countermeasure capability to the DoD, Foreign Military Sales (FMS), and partner countries. REQUIRED CAPABILITIES: The Contractor must possess the manufacturing technology, infrastructure, and capacity to produce all variants of the ALE-70 countermeasures and conduct verification and inspection testing, as required, for the estimated quantities and within the required timelines detailed above. Interested businesses shall demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Interested businesses shall demonstrate the capability to meet the Government�s required timeline. You may also submit information that demonstrates how you could potentially meet this requirement for future production opportunities. INCUMBENT: This is a follow-on requirement. The incumbent contractor is: BAE Systems Information and Electronics (BAE), 65 Spit Brook Rd, Nashua, NH 03060-6909. SUBMISSION DETAILS: Interested business shall submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to perform the services described herein without delay upon contract award; Documentation should be in bullet point format. The capability statement package shall be sent by email to elizabeth.v.lamb2.civ@us.navy.mil and sean.t.mcmanus7.civ@us.navy.mil. Submissions must be received at the office and/or email cited no later than 3:00 p.m. Eastern Standard Time on 12 June 2023. Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Sean McManus or Contract Specialist, Vicky Lamb at the above email addresses. All responses shall include Company Name, Company Address, Company Business Size, Cage Code, and Points-of-Contact (POC) including name, phone number, fax number and email address.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ee9fb4bca164b32aef4a034e3bbc21d/view)
 
Record
SN06703312-F 20230604/230602230115 (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 |
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.