Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2006 FBO #1682
SOLICITATION NOTICE

14 -- AIM-9M Sidewinder Rocket Motors

Notice Date
7/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-04-C-0006
 
Response Due
9/1/2006
 
Archive Date
9/16/2006
 
Description
The Naval Air Systems Command, Air-to-Air Missiles Program Office (PMA-259), intends to procure, on a full and open competitive basis, AIM-9M Sidewinder Rocket Motors (Mk 36 MOD 11), NSN 1337-01-145-1963, and Inert Rocket Motors (Mk 57 MOD 3), NSN 1338-01-145-1964 to fulfill Foreign Military Sales (FMS) requirements. The Mk 36 MOD 11 rocket motor is approximately 71 inches long, 5 inches in diameter, and consists of a reduced smoke propellant cast into a steel tube; three hanger attachment lugs, igniter, mechanical arming handle, and nozzle. The inert rocket motor is approximately 71 inches long, 5 inches in diameter, inert material cast into a steel tube; three hanger attachment lugs, igniter, mechanical arming handle and end closure. The technical data package for the Mk 36 MOD 11 Rocket Motor is classified CONFIDENTIAL. The resultant contract will contain a base period of one year and four options for FY08 ? FY11, which will provide a vehicle for future FMS procurements and United States Navy and Air Force procurements. Quantities for this contract include all FMS requirements, US Government requirements and any other DoD requirements; estimated quantity is 501 rocket motors for the base year and up to 800 rocket motors for each option year. Delivery will be required to begin within 16 months from the date of contract award. This acquisition is being pursued as a full and open competition under the statutory authority 10 U.S.C. 2304 and 41 U.S.C. 253, as implemented by Federal Acquisition Regulation (FAR) 6.102(b). All contractors must meet the Technical Data Package (TDP) requirements, specifically, the First Article Test (FAT), Lot Acceptance Test (LAT), and production acceptance testing / inspections. In addition, the contractor will require a security clearance adequate to receive and store information classified up to CONFIDENTIAL. The Government will use full and open competition to fulfill this requirement. Due, however, to the classified nature of the TDP all bidders will be required to comply with all applicable Defense Security Service provisions of the National Industrial Security Program Operating Manual (DoD 5220.22-M), including obtaining Facility Security Clearance to the Confidential level. Due to the time-sensitivity of the requirement this compliance will be required at the time of the final proposal due date; the Government does not anticipate being able to sponsor any potential bidders in their attempt to obtain this clearance. It is anticipated that a firm-fixed price contract will be awarded for a base period of one year with four one-year options. Furthermore, it is the Government's intent to award a single contract to the offeror who provides the best overall value to the Government, cost and non-cost factors considered. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. The Government intends to release an electronic RFP on/or about 18 July 2006, with an anticipated closing date of 01 September 2006. A copy of solicitation N00019-06-R-0062 will be made available on the NAVAIR Home Page at http://www.navair.navy.mil/business/ecommerce/index.cfm. All potential sources may submit a proposal, which shall be considered by the agency. Point of Contact: Debbie Norris, Contract Specialist, Phone: 301-757-5893, FAX: 301-757-5946, email: debra.norris@navy.mil.
 
Record
SN01082361-W 20060705/060703220442 (fbodaily.com)
 
Source
FedBizOpps 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.