SOURCES SOUGHT
58 -- Active Expendable Decoy (AED) Procurement and Support
- Notice Date
- 6/6/2024 1:07:29 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
- N00019-24-RFPREQ-TPM272-0215
- Response Due
- 6/21/2024 12:00:00 PM
- Archive Date
- 07/06/2024
- Point of Contact
- Michele Sandlin, Sean McManus
- E-Mail Address
-
michele.f.sandlin.civ@us.navy.mil, sean.t.mcmanus7.civ@us.navy.mil
(michele.f.sandlin.civ@us.navy.mil, sean.t.mcmanus7.civ@us.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 Active Expendable Decoys (AED), related support and test equipment and tooling requirements for the F-35 platform. The proposed class of contracting actions will procure a best estimated quantity of approximately 1,000 AEDs per year for the first two years, increasing to approximately 2,000 for follow-on years, as well as initial spare impulse cartridges, support equipment, support equipment repairs and field service representatives for Fiscal Year (FY) 2025 through FY2029 U.S. Navy 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 supplies and 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; however, each respondent must clearly identify their business size in their capabilities statement. 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 requirements for FY25 through FY29. The anticipated award date is November 2024. The Government anticipates F-35 AED end item deliveries will commence as early as four months but no later than ten months after contract award and no later than ten months after each respective option exercise. �All quantities must be manufactured and delivered within 12 months of the first delivery in each period.� Initial production is anticipated to be 120 devices per month.� ANTICIPATED CONTRACT TYPE: The contract type for this contract is anticipated to be a mix of Fixed Price for production line items (F-35 AED, impulse cartridges and support equipment) and Cost Reimbursable for support equipment repairs and field service representatives line items. PROGRAM BACKGROUND: AEDs have provided required Radio Frequency Countermeasure (RFCM) capability to DoD airborne platforms. AEDs are typically completely independent from the rest of the aircraft system, providing additional RFCM capability.� F-35 aircraft have tested and integrated AED capability, which resulted in a fielding decision.� REQUIRED CAPABILITIES: The Contractor must possess the manufacturing technology, infrastructure, and capacity to produce the self-contained RFCM, battery-operated free-fall decoys and conduct verification and inspection testing, as required, for the estimated quantities and within the required timelines detailed above. In addition, the AED solution must meet the following requirements: 2"" x 1"" x 8"" form factor Mission load programmable by the Government Demonstrated RFCM performance capability evaluated at TRL-9, defined as: �Actual system proven through successful mission operations� Evaluated at MRL-9, defined as: �Demonstrated Low-Rate Production capability in place to begin Full-Rate production� � Must be qualified for use on F-35 and ready for immediate production If existing technical data is necessary to complete these required capabilities, 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. Interested businesses may also submit information that demonstrates how you could potentially meet this requirement for future production opportunities, using capital investment, to include a summary of your current AED capabilities, technical and manufacturing maturities, and your anticipated timeline, risks, and opportunities to achieve the capability requirements in this notice.� SUBMISSION DETAILS: Interested businesses shall submit a brief capabilities statement package (no more than twelve (12) 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 line spaced) demonstrating their ability to deliver the supplies and services described herein without delay upon, contract award, and include, at a minimum: Capability Assessment: Address your company�s ability to deliver the required capabilities within the timelines identified above. Provide supporting evidence for meeting timeline and capability requirements listed above.�� Data Rights: Identify any data rights restrictions associated with the proposed solution. Cost and Risk Assessment: Identify potential cost and schedule risks and outline specific impacts and mitigation. Discuss ROM costs, e.g. per unit cost, quantity cost breaks, and the degree of risk associated with each element. Business Systems Status: Identify all DCMA-approved business systems and date of latest approval (e.g. Accounting, Property Management, Purchasing, Estimating, etc.). In addition to these requirements, interested businesses shall adhere to the following submission instructions: Document Type: Microsoft Word Delivery: The capability statement package shall be sent by electronic mail (email) to michele.f.sandlin.civ@us.navy.mil and sean.t.mcmanus7.civ@us.navy.mil. Response Date: Submissions must be received via email no later than 3:00 p.m. Eastern Standard Time on 21 June 2024. No classified information shall be submitted in response to this Sources Sought Questions or comments regarding this notice may be addressed to Procuring Contracting Officer (PCO), Sean McManus or Contract Specialist, Michele Sandlin at the above email addresses. No phone calls will be accepted. All responses shall include Sources Sought Notice name/number, Company Name, Company Address, Company Business Size, Cage Code, and Points-of-Contact (POC) including name, phone number, and email address. 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. Any information or materials provided in response to this Sources Sought Notice will not be returned. 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 this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/278582e2dc824f6d9b74128e1f34a995/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07089486-F 20240608/240606230126 (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 |