Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOURCES SOUGHT

16 -- Fabrication of Radomes for the EA-18G ("Growler")

Notice Date
12/16/2008
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-09-P1-ZA084
 
Archive Date
1/22/2009
 
Point of Contact
Gregory A. Dalke,, Phone: 301-757-7140, Caudle L Adam,, Phone: 301-757-7065
 
E-Mail Address
gregory.dalke@navy.mil, adam.caudle@navy.mil
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR) has a requirement to fabricate, test, evaluate and deliver Radomes in support of the EA-18G (“Growler”) aircraft program. This solicitation for Sources Sought is to determine the interest in providing the Radomes described herein. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. All work can be performed at a location of the contractor’s choosing. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/ PROGRAM BACKGROUND The EA-18G Extended Low Band Radome (GELBR), designated AN/ALQ-99 (V) GELBR CW-1265/ALQ-99 (V), is comparable to the ELBR currently flown on the EA-6B (“Prowler”). Approximately 97 GELBRs are to be manufactured to coincide with EA-18G production. McDonnell Douglas Corporation (a wholly owned subsidiary of The Boeing Company) is the sole designer, developer, manufacturer and integrator of the F/A-18F and EA-18G, twin jet powered aircraft. Northrop Grumman Systems Corporation is the primary subcontractor for converting the F/A-18F into the EA-18G variant. It is anticipated that a single award will be made to the offeror representing the best value to the Government. A Fixed Price contract is expected to be awarded to the successful contractor. The term of the resulting contract is expected to be up to a four-year period, with productions of two (2), but no more than three (3), GELBRs per month. REQUIRED CAPABILITIES The contractor for this effort shall fabricate and test GELBRs in accordance with the Build to Package, provided by NAVAIR. NAVAIR will also furnish the Special Tooling needed in fabrication of the GELBR. The contractor should have experience with and the ability to manufacture/ repair/ test complex, composite sandwich structures. The composite sandwich structures (radomes) are to be transmissive to radio frequency (RF) energy and are to be used for military aerospace applications. The contractor should have the ability to measure radome RF electrical properties and to perform data post-processing for RF measurements. The contractor will be responsible for performing all electrical and mechanical testing specified in the Build to Package to initially fabricate a prototype GELBR for destruct testing by NAVAIR in order to prove quality of the final, fabricated radome. Additionally, the contractor shall establish and maintain a management organization with a program manager and appropriate staff to cover administration, engineering, integrated logistic support, configuration management and testing. The contractor shall plan and monitor the work for compliance with contract schedule requirements and specifications. The contractor will be responsible for reporting all critical points in the design, documentation, testing, and manufacturing areas. SPECIAL REQUIREMENTS The contractor will be expected to establish and maintain a configuration management program in accordance with MIL-STD-973 (Military Standard); to develop product drawings and associated lists in accordance with MIL-DTL-3100 (Military Drawings and Technical Lists Standards); to develop, implement and maintain a quality assurance program in accordance with ISO 9001 (International Standard); and to establish and maintain a system for the calibration of all contractor and Government Furnished Special Inspection tooling, compliant with ISO 10012-1 (International Standard). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) The applicable NAICS Code is 334511. The NAICS Code is matched to size standards that are expressed as revenue (in millions of dollars) for companies providing services or expressed in number of employees for companies engaged in manufacturing. The size standard is 750 employees. SUBMISSION DETAILS Interested sources are requested to submit a technical capability paper (3 copies), no more than ten (10) pages in length, to the point of contact below: Gregory Dalke, Contract Specialist E-mail: gregory.dalke@navy.mil Naval Air Systems Command 47123 Buse Road Bldg 2272, Suite 453 Patuxent River, MD 20670 Pages are no larger than 8.5 inch by 11 inch and print font no smaller than 10 point. The paper should explain the qualifications and experience of the company interested in performing the work, list points of contact and state status as or not a Small Business. The paper is to be mailed via United States Postal Service and postmarked no later than 07 January 2009 or sent via e-mail, using Microsoft Office Word 2003 file or earlier.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f734e5863181362ec722ee3b8d7860a5&tab=core&_cview=1)
 
Place of Performance
Address: Naval Air Systems Command, 47123 Buse Road, Bldg 2272, Suite 453, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01719560-W 20081218/081216215047-f734e5863181362ec722ee3b8d7860a5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.