Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2002 FBO #0110
MODIFICATION

13 -- RFI for current industry information regarding the potential to manufacture Generic Expendable (GEN-X) Decoys

Notice Date
3/20/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 2272 Suite 353 47123 Buse Road, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-GENX-RFI-01
 
Response Due
4/19/2002
 
Archive Date
5/4/2002
 
Point of Contact
Benjamin Hansford, Contract Specialist, Phone 301-342-5738, Fax null,
 
E-Mail Address
hansfordbj@navair.navy.mil
 
Description
This is a REQUEST FOR INFORMATION ONLY. The Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River is requesting current industry information regarding the potential to manufacture 10,000 Generic Expendable (GEN-X) Decoys, RT-1489/ALE, NSN 5865-01-370-3926, NALC CWCG. The GEN-X Decoy is an expendable countermeasure that is capable of countering a particular class of missile systems by meeting the requirements specified in the classified Equipment Specification SA-TA-7864. Firms are requested to submit a capability statement within the criteria specified below that demonstrates the potential to provide the services and material necessary to fabricate, test, program, refurbish test units and package for shipment, the GEN-X units. Each Production Lot of GEN-X units would be accepted by the Navy in accordance with the sampling plan contained in SA-TA-7864 (The sampling plan specifies lot size, number of units to be sampled, accept/reject criteria, etc). Interested parties will be required to demonstrate: (1) that the party possesses a valid DOD security clearance to at least the SECRET level, (2) that the party possess an approved classified storage facility (SECRET Level) and (3) the party?s classified mailing address (for both the inner and outer wrappings) before they will be sent a copy of Equipment Specification SA-TA-7864. The government reserves the right to prohibit firms access to any classified information if they are not able to demonstrate an appropriate level of security classification. THIS IS NOT A REQUEST FOR PROPOSAL OR AN INDICATION THAT THE NAVY WILL CONTRACT FOR THIS REQUIREMENT. NAWCAD Patuxent River will not pay for information received in response to this RFI. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP) Interested parties are to submit a capability statement which shall include, at a minimum, the following information: 1) Prior/current corporate experience in performing efforts of similar size and scope including contract number, organization supported, contract value, and a brief description, 2) A company profile including name, address, POC, and size of business, SIC Code3) A description of the company's technical qualifications and capabilities, and 4) A Rough Order of Magnitude (ROM) estimating the costs and schedule for production (this is for planning purposes only; firms will not be held to estimates provided should the government later decide to issue a request for proposal). Further firms must address the following (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified ?hub zone? firm? (5) Is your firm is a woman-owned or operated business? Capability statements should be emailed to Ben Hansford (AIR 251443) at: HansfordBJ@navair.navy.mil or can be reached by telephone (301)-342-5738 with any questions. Capability statements must be received within 60 days of the publication of this announcement. Proprietary or restricted information should be marked as such and will be protected.
 
Place of Performance
Address: Contractor's facility
 
Record
SN00045933-W 20020322/020320213355 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.