Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

16 -- Multi-Purpose Bomb Rack (MPBR)

Notice Date
5/13/2008
 
Notice Type
Presolicitation
 
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, Maryland, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-08-R-0058
 
Point of Contact
Linda I Tome,, Phone: (301) 757-7044, Tracy A Medford,, Phone: 301-757-7045
 
E-Mail Address
linda.tome@navy.mil, tracy.medford@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, Precision Strike Weapons Program Office (PMA201) is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to successfully design, develop, integrate, test and qualify a new Multi-Purpose Bomb Rack (MPBR). The Government intends to procure on a competitive basis the System Design and Development (SDD) of a non-pyrotechnic Multi-Purpose Bomb Rack (MPBR) for carriage and release of weapons and stores employed on BRU-33, BRU-41, BRU-42 and BRU-55 bomb racks. This rack must employ weapons and stores cleared to the current envelope of the F/A-18+/C/D and E/F series aircraft. This rack is also intended for employment of future weapons such as Joint Air to Ground Missile and Small Diameter Bomb and for integration on the JSF and other objective platforms. A complete list of threshold and objective stores and platforms is contained in the Statement of Objectives (SOO) as Attachment 1 to the draft RFP to be release under a separate announcement. Accommodation of objective stores and platforms is not required for the supplier to submit a qualified proposal. However, the Government will consider proposals that do accommodate objective stores and platforms to have additional merit above those which are threshold-compliant only. The purpose of this request for information (RFI) is to assess current industry experience and capabilities, and to support the possibility of a full and open competition to satisfy the objectives identified herein. This Sources Sought is the first of several future announcements advertising this requirement. NAVAIR plans to issue a separate Sources Sought announcement which will include the Government’s Draft contract and performance specification. The MPBR performance specification and Statement of Objectives are currently under development; however, early draft specifications and other related technical and programmatic documentation will also be made available for your review and comment at that time. NAVAIR intends to use the information provided in the responses to aid in refining its acquisition strategy, budgeting assumptions, performance specification and RFP. A major objective of this SDD effort is to minimize flight-testing and re-certification of the threshold stores on the threshold aircraft by requiring the MPBR conform to the Outer Mold Line of the BRU-33 bomb rack, with the addition of store umbilicals and supporting hardware. Offerors who have the skills, experience, qualifications and knowledge required to successfully develop and provide an MPBR will be required to submit a Computational Fluid Dynamics (CFD) computer analysis of the Offerors design concept. Specific details for the CFD will be contained in the draft RFP. A competitive performance-based specification solicitation for the MPBR effort is anticipated for release in the 4th quarter of FY08. A Best Value source selection is planned with an anticipated award in FY09. Interested parties should check this web site periodically for updated information. It is anticipated that the draft RFP will be posted to the NAVAIR homepage on or about 15 May 2008. The NAVAIR homepage is located at http://www.navair.navy.mil. To find the solicitation you must select ‘Doing Business with Us’ and then ‘Open Solicitations’ or call the help desk at (301) 342-4686 if you are in need of further assistance. Except as noted here, the Government will only release the draft solicitation/RFP, including any subsequent amendments, over the Internet. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies will be mailed. Any amendments issued will be posted on the same NAVAIR web page. After the draft solicitation release, vendors should regularly access the website to ensure they have all amendments. Failure to obtain any posted amendments and to respond to each of them prior to the date and time set for receipt of offers may render your offer non-responsive. RELEASE OF TECHNICAL DATA: This program includes information that has been designated a “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 controlled drawings requires the verification of a current license for the oral, visual or documentary disclose of technical data by U.S. persons to foreign persons as defined under the U.S. Department of State website, https://pmdtic.org/licenses.htm. To participate in this program, a foreign firm may be required to team with a U.S. firm that possesses a current and valid U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy and shall require the prior approval of the contracting officer and foreign disclosure officer. It is the contractor’s responsibility to provide evidence of any such agreement and/or license to this office for review and this shall be verified prior to release of any controlled documents. Prior to release of any control document under this solicitation, 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. As such, Attachments associated with the solicitation will NOT be posted with the draft RFP and must be obtained through this office. To facilitate release of the documents, Offerors may pre-register at this time to receive the technical data package by submitting the required data as listed above. Interested firms shall submit a written request for the attachments through Linda Tome at: linda.tome@navy.mil or Tracy Medford at: tracy.medford@navy.mil. Companies must officially request the controlled documents in writing. To validate the document release, this request must include the potential Offeror’s company name, mailing address, email address (if available), point of contact, phone number, current CAGE number, Central Contractor Registration number. The written request must include 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. Upon verification of your status as a current and approved Department of Defense (DoD) contractor and acknowledgement of your responsibilities under U.S. export control laws and regulations, approved authorization confirmation to receive the requested documents will be provide. Upon release of the draft RFP, the documents will be provided. IMPORTANT INFORMATION: Registration in the DoD Central Contractor Registration (CCR) database will be a prerequisite for receiving an authorization for release of the controlled documents and award. The Government is not obligated to and will not pay for any information on the CCR. Refer to the CCR website at http://www.ccr.gov/index.cfm. Any questions about this announcement shall be submitted to the following: linda.tome@navy.mil or at Naval Air Systems Command, Building 2272, Room 453, 47123 Buse Road, Unit IPT, Attn: Linda Tome, AIR-2.4.4.3.1, Patuxent River, MD 20670-1547. THIS SYNOPSIS IS NOT 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 synopsis. This synopsis is for information and planning purposes only and does not constitute a solicitation for bid or proposal, and it 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. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. For updates and additional information please refer to the NAVAIR website at http://www.navair.navy.mil/doing_business/open_soliciations. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e343861731772ec54d588520064a9434&tab=core&_cview=1)
 
Record
SN01572087-W 20080515/080513220833-e343861731772ec54d588520064a9434 (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.