Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 06, 2024 SAM #8075
SOURCES SOUGHT

58 -- Electro-Optic/Infrared System Supporting Multi-Mission Maritime Aircraft

Notice Date
1/4/2024 10:57:45 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-APM290-0805
 
Response Due
1/19/2024 11:00:00 AM
 
Archive Date
02/03/2024
 
Point of Contact
Alyssa Burch, Brittney F. Davis
 
E-Mail Address
alyssa.n.burch.civ@us.navy.mil, brittney.f.davis.civ@us.navy.mil
(alyssa.n.burch.civ@us.navy.mil, brittney.f.davis.civ@us.navy.mil)
 
Description
THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A) Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information from industry on the procurement of the MX-20 Electro-Optic/Infra-Red (EO/IR) system as well as providing the requisite knowledge, technical data, and engineering support to perform this effort for the P-8A platform. This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities. L-3 Wescam is the original designer, developer, and manufacturer of the P-8A Poseidon MX-20 EO/IR system. NAVAIR plans to award a base year of approximately sixteen (16) L-3 Wescam MX-20 EO/IR system kits with two options for up to 15 per year. The EO/IR system kits are expected to be manufactured and delivered between FY25 and FY27. SUBMISSION DETAILS: Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status. Execution: A description of the technical approach for meeting schedule and performance requirements of the contemplated procurement. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance. Experience: A description of previous (awarded within last 3 years) or current relevant contracts. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements. Security: A description of facility and personnel security regarding the handling and storage of classified information and hardware. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. The information submitted should address the feasibility of procuring the MX-20 EO/IR system: Description of the Contractor�s approach in the development, manufacture, and delivery of P-8A MX-20 EO/IR system and components (and/or associated software and firmware) to support P-8A aircraft deliveries inclusive of projected weight per assembly and projected timeframe. Include specific relevant technical and management experience performed in the past five (5) years. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the above request. Include a statement regarding industrial security clearance. Responses to this RFI are not to exceed 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman. A two-sided page will be considered one page for the purpose of counting the 20-page limit. Responses may include multiple concepts. The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Work or PDF format with proper markings for unclassified and proprietary information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contract who is able to discuss the material submitted. Point-of-contract information shall include name, position, phone number, and e-mail address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions shall be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to the capability statement packages, but may request additional information following review. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. This capability statement package shall be sent by e-mail to Alyssa Burch at alyssa.n.burch.civ@us.navy.mil and Brittney Davis at brittney.f.davis.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78b78a502a5a4e5985952cfe556b29f7/view)
 
Place of Performance
Address: Ottawa, CA-ON, CAN
Country: CAN
 
Record
SN06927651-F 20240106/240104230044 (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.