Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2008 FBO #2526
SOLICITATION NOTICE

13 -- N00019-08-R-0075 Direct Attack Moving Target Capablility (DAMTC)

Notice Date
10/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
332993 — Ammunition (except Small Arms) Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-08-R-0075
 
Response Due
1/7/2009 3:00:00 PM
 
Archive Date
1/22/2009
 
Point of Contact
Christine F Marshall,, Phone: (301) 757-7052, Tracy A Medford,, Phone: 301-757-7045
 
E-Mail Address
marshallcf@navair.navy.mil, tracy.medford@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command Precision Strike Weapons Program Office (PMA-201) intends to competitively procure the Direct Attack Moving Target Capability (DAMTC). This procurement shall be conducted using full and open competition. NOTE: This full and open competition will be conducted using the BEST VALUE Source Selection approach to select the most advantageous offer based on both non-price and price factors. The Government anticipates evaluating the offers based on technical factors, price related factors and past performance. The Government anticipates this solicitation to result in a single award of a firm fixed price contract in approximately April 2009 with a base period and three (3) option periods. The Government shall require any potential offeror to have an approved First Article completed within twenty-four (24) months after contract award. All potential offerors must have a Department of Defense (DOD) Secret clearance at time of award and to obtain the classified documents associated with this effort. The Final RFP is anticipated to be posted on or about 27 October 2008 and may be obtained at the following website: http://www.navair.navy.mil under “Business Opportunities” under N00019-08-R-0075. Except as noted here, the Government will only release the 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 amendment issued will be posted to the same website. After the 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 nonresponsive. Proposals shall be submitted by 3:00 PM Eastern Standard Time (EST) on 07 January 2009. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: 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 control 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, http://pmdtc.org/licenses.htm. To participate in this program, all firms must acknowledge their responsibility under the Arms Export Control Act. 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, Attachment Numbers (1), (2) and (9) associated with the solicitation will NOT be posted with the RFP and must be obtained through this office. Interested Firms shall submit a written request for the attachments through Christine Marshall at: christine.marshall@navy.mil or Tracy Medford at: tracy.medford@navy.mil. Companies must officially request classified documents and controlled documents in writing. To validate the classified document release, this request must include the potential offerors company name, mailing address, email address (if available), point of contact, phone number, current CAGE number, Central Contractor Registration number and proof of current security authorization. In addition, 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 and acknowledgement, the requested documents will be provided. IMPORTANT INFORMATION: NAVAIR is offering a Pre-Proposal Conference to potential offerors the week of 17 November 2008. Should potential offerors desire a pre-proposal conference, requests shall be submitted in writing to the point of contact below no later than 10 November 2008. The scope of the pre-proposal conference shall encompass an overview of the DAMTC program and the Government’s acquisition strategy. Registration in the DoD Central Contractor Registration (CCR) database will be a prerequisite for receiving an 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: christine.marshall@navy.mil or at Naval Air Systems Command, Building 2272, Room 453, 47123 Buse Road, Unit IPT, Attn: Christine Marshall, AIR-2.4.4.3.3, Patuxent River, MD 20670-1547.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=309e479d4e8273848cfbfd524278f510&tab=core&_cview=1)
 
Place of Performance
Address: TBD, United States
 
Record
SN01696027-W 20081026/081024214938-febb19965b06d791cde53b733f2df251 (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.