Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2004 FBO #0830
SOURCES SOUGHT

16 -- AN/AAR-47(V)2 MISSILE WARNING SET PROGRAM

Notice Date
3/3/2004
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-20032-04
 
Response Due
4/3/2004
 
Archive Date
4/18/2004
 
Point of Contact
Lynn Bentz, Contract Specialist, Phone 301-757-7072, Fax 301-757-7054, - Helen Wright, Contract Specialist, Phone (301) 757-7067, Fax 301-757-2526,
 
E-Mail Address
lynn.bentz@navy.mil, helen.wright@navy.mil
 
Description
This is a sources sought, as well as a mechanism for obtaining feedback from industry in regard to the general requirements as stated in this synopsis. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Naval Air Systems Command (NAVAIR) is not obligated to and will not pay for any information received from potential sources as a result of the synopsis. The anticipated contract is for hardware deliveries of the AN/AAR-47(V)2 Missile Warning Set (MWS) P/N 3313-AS-500-2. The AN/AAR-47(V)2 provides passive missile approach warning for helicopters and transport aircraft in order to enhance survivability against infrared guided missiles and laser-aided/laser-guided threats. The AN/AAR-47(V)2 is approved for installation on US Navy, US Air Force, US Marine Corps, US Army and Foreign Military Sales aircraft. This action is a follow on contract to N00019-98-C-0006. The incumbent is Alliant Defense Electronics Systems, located at 13133 34th Street North, Clearwater, Florida 34622. The contract type is anticipated to be a firm-fixed price contract with four (4) firm-fixed price option years for production and delivery of an estimated quantity of 3500 systems and/or kits. First article testing will be required within twelve (12) months after contract award. Deliveries of the systems and/or kits will commence fifteen (15) months after contract award. A Technical Data Package will be provided. Only the unclassified portion will be available electronically. Proposed personnel and facility requirements will include the necessity to have or obtain SECRET clearances. In addition, each offeror will be required to submit Bid Samples consisting of either: (a) the materials to be used in the Optical Cell Assembly and a description of the stack order, spacing, coupling fluids and any other information the offeror deems necessary for the Government to properly evaluate their Bid Sample; or (b) a complete Optical Cell Assembly. These materials will be used by the Government to verify spectral and high temperature properties of the submitted design. Bid samples will be submitted at no cost to the Government and will be returned at the offeror’s request, unless destroyed during pre-award testing. Your response should address, as a minimum, the following: (1) prior/current corporate experience in performing similar efforts within the past three years including contract number, organization supported, indication of whether prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to effort described herein, and (2) company profile to include number of employees, annual revenue history, office locations, and DUNS number. Additionally during the evaluation process, non-Government participants will have access to the offeror’s proposal and submission of an offer shall constitute consent to the disclosure of proprietary information to all non-Government participants in the source selection. The identity of the non-Government corporate entities will be furnished in the solicitation. The North American Industry Classification System (NAICS) Code is 334511 with a small business size of 750 employees. Basis for award of the resultant contract will be “best value” to the Government, cost and non-cost factors considered. It is NAVAIR’s intention to release the Request for Proposal, including any subsequent amendments, via the Internet in Microsoft Word format, with attachments to be provided in Microsoft Word, Microsoft Excel, PowerPoint, and Portable Document Format (PDF). Eventual complete solicitation and related documents will be made available on the NAVAIR Home Page at a later date. Potential offerors responding to this sources sought announcement will be notified via email when the solicitation is released. It is recommended that you respond to this synopsis if you would like to be notified electronically upon release of the solicitation. NAVAIR Synopsis No. 20032-04
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/NAVAIRHQ/Reference-Number-20032-04/listing.html)
 
Record
SN00536200-F 20040305/040303231246 (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.