Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
MODIFICATION

16 -- Avionics Upgrade for the F/A-18E/F Air Refueling Store

Notice Date
8/15/2007
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-N0019-07-P1-AZ225
 
Response Due
8/27/2007
 
Archive Date
9/11/2007
 
Point of Contact
Kate McCoy, Contract Specialist, Phone (301) 757-7051, Fax (301) 342-5054, - Tracy Medford, Contracting Officer, Phone 301-757-7045, Fax 301-757-7054,
 
E-Mail Address
kate.mccoy@navy.mil, tracy.medford@navy.mil
 
Description
REVISED SOURCES SOUGHT FOR DESIGN, PRODUCTION AND MANUFACTURE OF AN AVIONICS UPGRADE FOR THE F/A-18E/F AIR REFUELING STORE (ARS) A/A42R-1 P/N 31-301-48310(-3, -4, 5). This amendment supercedes the posted announcement N0019-07-P1-AZ225 posted on 14 August 2007. Naval Air Systems Command Conventional Strike Weapons Program Office (PMA-201) is conducting a Market Survey of Industry to determine potential interested sources who have the skills, experience, qualifications, and knowledge required to successfully qualify for design, production and manufacture of an Avionics Upgrade for the F/A-18E/F Air Refueling Store (ARS) A/A42R-1 P/N 31-301-48310(-3, -4, 5). This upgraded stores package consists of an upgraded cockpit mounted control panel, an upgraded store mounted controller (w/integrated power supply), and an upgraded store kit that contains upgrades to multiple internal ARS components. The upgraded store kit will include a new DC fuel quantity probe, an upgraded drogue stowage sensor, wiring/conduit changes, and an upgraded store interface cable. The controller and control panel must match and maintain the physical characteristics, interface capabilities, and mass properties of the legacy components currently in use on the F/A-18 E/F and the S-3B refueling aircraft, and associated support equipment. The components shall be designed and manufactured in accordance with the specification package for the ARS Avionics Upgrade. Additional information related to this source sought a DRAFT Performance Specification (PSPEC). Access to the DRAFT Performance Specification is control. To determine your eligibility and receive a copy of the draft specification package, please provide the required information defined below to Ms. Kate McCoy at email kate.mccoy@navy.mil. Based on a review of industry?s response to this sources sought synopsis, the government will decide the appropriate acquisition strategy. Industry comments and feedback to the draft requirements documents will be analyzed, considered, and possibly used in the development of a potential Solicitation and/or Request for Proposal (RFP). The NAICS code is 336413, Aircraft Assemblies, subassemblies, and parts manufacturing. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages (letter size) in length, single-spaced, 12 point font minimum) demonstrating their ability to manufacture the ARS Avionics Upgrade. This documentation shall include prior/current corporate experience in manufacturing similar avionics components and information on the following: (1) design and systems engineering, design verification, first article and qualification testing; (2) planning, coordinating and conducting tests to prove system performance, and; (3) systems integration, manufacturing and delivering hardware; (4) company profile to include number of employees, Cage Code, DUNS number, NAICS Code and a statement regarding current small business status; (5) resources available such as corporate management, facilities and manning to be assigned to the project; (6) statement on whether your interest in this sources sought is to be the prime contractor or are you seeking subcontracting possibilities; (7) technical feedback on the information contained in the specification. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. All responses and questions to this announcement shall be submitted to the following: kate.mccoy@navy.mil or at Naval Air Systems Command, 47123 Buse Road, Suite 453, Attn: Ms. Kate McCoy, AIR-2.4.4.3.2, Patuxent River, MD 20670-1547, no later than 17 September, 2007 RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: This program includes information that has been designated as ?Distribution D? and is only releasable to current and approved Department of Defense (DoD) contractors. In addition, the program requires a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for ?sensitive? or ?controlled? technologies regulated by the U.S. Department of State?s International Traffic in Arms Regulations (ITAR) protecting national security. Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. As such, the documents contain data whose export/transfer/disclosure is restricted by U.S. law and dissemination to non-U.S. persons whether in the United States or abroad requires an export license or other authorization. Disclosure of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under by the U.S. Department of State website. http://pmdtc.org/licenses.htm. Interested Firms shall submit a written request for a copy of the DRAFT Performance Specification Package through Kate McCoy at: kate.mccoy@navy.mil or Tracy Medford at: tracy.medford@navy.mil. To obtain a copy of these attachments, the written request must be submitted to this office and must include the name of your company, mailing address, phone number, email address (if available), current CAGE number, Central Contractor Registration number and acknowledgement of the contractor?s responsibility under the U.S. export contract laws and regulations. For any foreign firm, the request must include proof of a current and applicable approval, authorization, or license under E.O. 12470 or the Arms Export Control Act if applicable. Prior to release of any control document under this sources sought, the contractor must acknowledge its responsibilities under U.S. export control laws and regulations (including the obligation, under certain circumstances, to obtain an export license prior to the release of technical data within or outside the United States) and agree that it will not disseminate any export-controlled technical data subject to this requirement in a manner that would violate applicable export control laws and regulations. It is the responsibility of the contractor to provide this certification and/or proof of a current approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. Upon verification of your status and acknowledgement, the requested documents will be provided. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
 
Place of Performance
Address: 47123 Buse Road, Building 2272, Rm 453, Patuxent River, MD 20670
Zip Code: 20670
Country: UNITED STATES
 
Record
SN01373919-W 20070817/070815222519 (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.