Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2008 FBO #2592
SOLICITATION NOTICE

81 -- Joint Standoff Weapon (JSOW) All-Up-Round (AUR) Container

Notice Date
12/29/2008
 
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, MD, 20670, UNITED STATES
 
ZIP Code
20670
 
Solicitation Number
N00019-08-R-0029
 
Response Due
1/9/2009 3:00:00 PM
 
Archive Date
12/30/2009
 
Point of Contact
Latonya C Bembry,, Phone: (301) 342-7757, Tracy A Medford,, Phone: 301-757-7045
 
E-Mail Address
latonya.bembry@navy.mil, tracy.medford@navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS NOTICE IS TO ANNOUNCE THE POSTING OF AMENDMENT 0003 TO SOLICITATION N00019-08-R-0029. AMENDMENT 0003 CAN BE OBTAINED AT THE FOLLOWING WEB SITE: http://www.navair.navy.mil/doing_business/open_solicitations. THIS AMENDMENT EXTENDS THE PROPOSAL DUE DATE TO 09 JANUARY 2009, 3:00 PM EASTERN STANDARD TIME. THIS CHANGE EXTENDS THE SUBMISSION DATE OF PROPOSALS TO NAVAIR TO 30 DECEMBER 2008. THIS CHANGE DELETES THE REQUIREMENT FOR A CONFIDENTIAL CLEARANCE TO OBTAIN CLASSIFIED DOCUMENTS ASSOCIATED WITH THIS EFFORT. The Naval Air Systems Command Conventional Strike Weapons Program Office (PMA-201) intends to procure on a Best Value competitive basis a low cost replacement Container for the All-Up-Round (AUR) Joint Standoff Weapon (JSOW). This solicitation has an estimated annual production rate of between 300 and 650 containers per year. Offerors will be required to be qualified in accordance with the First Article Test provided in JSOW AUR Container Performance Specification PMA201-08-001 and Statement of Work for the Container for the JSOW System AGM-154. A Small Business Set-Aside competition will be conducted using the BEST VALUE Source Selection approach to select the most advantageous offer based on both non-price factors as well as price factor. The Government anticipates evaluating the offers based on technical, price related factors and past performance. The Government anticipates award in May 2009 for a firm fixed price contract with a base and four (04) options. The estimated contract value, including all options, is valued to be $22,000,000.00. The Government shall require any potential offeror to have an approved First Article completed eighteen (18) months after contract award. Companies must officially request classified documents through LaTonya Bembry at: latonya.bembry@navy.mil. This request must include the potential offerors company name, mailing address, current security authorization, point of contact, phone number and CAGE code. The Final RFP may be obtained at the following website: http://www.navair.navy.mil under “Business Opportunities” under N00019-08-R-0029 on or about 22 September 2008. 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. After the solicitation release, vendors should regularly access the website to ensure they have all amendments. All proposals will be due by 3:00PM Eastern Standard Time on 15 December 2008. 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. 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. As such, Attachment (1) Statement of Work for the Container for the JSOW System AGM-154; and Attachment (2) JSOW AUR Container Performance Specification PMA201-08-001 will NOT be posted with the RFP and must be obtained through this office. Interested Firms should request a copy of the Technical Data Package through LaTonya Bembry at: latonya.bembry@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 solicitation, any U.S. 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. IMPORTANT INFORMATION: Registration in the DOD Central Contractor Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://www.ccr.gov/index.cfm. All responses and questions to this announcement shall be submitted to the following: latonya.bembry@navy.mil or at Naval Air Systems Command, 47123 Buse Road, Bldg 2272, Suite 453, Attn: Mrs. LaTonya Bembry, AIR-2.4.4.3.5, Patuxent River, MD 20670-1547.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=65752bba9a5b329271fe28859dcd1af8&tab=core&_cview=1)
 
Place of Performance
Address: <br />
Zip Code: 20670
 
Record
SN01724819-W 20081231/081229214250-65752bba9a5b329271fe28859dcd1af8 (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.