Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2010 FBO #2968
SOURCES SOUGHT

A -- Mass Balance Mechanisms for the Microwave Imager Sounder (MIS) payload on the National Polar-orbiting Operational Environmental Satellite System (NPOESS) - ITAR Certification

Notice Date
1/7/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
 
ZIP Code
20375
 
Solicitation Number
NRL-10-LS71
 
Archive Date
4/30/2010
 
Point of Contact
Lisa A Fleming, Phone: 202-767-3739
 
E-Mail Address
lisa.fleming@nrl.navy.mil
(lisa.fleming@nrl.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
ITAR Certification THIS IS A REQUEST FOR INFORMATION (RFI) ISSUED BY THE NAVAL RESEARCH LABORATORY (NRL) FOR INFORMATION AND PLANNING PURPOSES ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS ANNOUNCEMENT. HOWEVER, RESPONSES MAY BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION. The Naval Research Laboratory (NRL), Code 8200 (Spacecraft Engineering Department), is requesting information and a ROM estimate of cost and delivery schedule for Mass Balance Mechanisms for the Microwave Imager Sounder (MIS) payload on the National Polar-orbiting Operational Environmental Satellite System (NPOESS), which is a Class 1 Operational National Program. The purpose of the balancing mechanisms is to adjust the static and dynamic balance of a large spinning instrument with precise pointing requirements. The balance mechanism shall move a balance mass over a prescribed travel range with fine incremental motion resolution. The mass movements shall be driven by a unipolar stepper motor. The specifications referenced herein are export controlled under the International Traffic In Arms Regulations (ITAR). As such, in order to receive the referenced specifications, potential Contractors must complete the attached certification with proof of status as a U.S. Person (as defined in 22 C.F.R. Part 120.15) and submit it via e-mail to Ms. Lisa Fleming, at lisa.fleming@nrl.navy.mil. Upon confirmation of eligibility, potential offerors will be sent draft copies of the statement of work and specifications. The statement of work and specifications must be safeguarded and protected from unauthorized disclosure in accordance with applicable U.S. export control laws and regulations. Technical questions shall be directed to Steve Koss, NRL Code 8211 (Mechanisms) via e-mail steve.koss@nrl.navy.mil. The purpose of this RFI is to gauge industry interest, capabilities, and relevant heritage experience to manufacture, assemble, and test precision Balancing Mechanisms. It is the goal of the NRL to maximize relevant heritage experience, and minimize risk and cost to the MIS program. As such, the NRL will be using the responses and ROM cost estimates for determination of whether to procure the Balance Mechanisms via a formal contract RFP (early 2011), or to build all of the hardware in-house. If NRL receives acceptable responses it is anticipated that a competitive RFP would be pursued. If the NRL decides to procure this hardware, delivery of the first flight set (four balance mechanisms), one qualification unit balancing mechanism, and one full set of flight spare parts (or flight spare assembly TBR) would be in late 2011 with options for at least one additional flight set of four balance mechanisms two years later. Examples of likely key evaluation criteria for a future RFP are: 1) Relevant corporate and key personnel heritage experience and know-how, 2) Relevant heritage hardware performance, 3) Cost/cost realism/past cost performance, 4) Schedule/past schedule performance. If a solicitation is issued, it is anticipated that it will call for a fixed price contract. Interested parties should submit the information requested herein, as well as, a ROM/Cost and Schedule Estimate. This RFI is for planning purposes only and shall not be construed as a Request for Proposal (RFP) or as an obligation on the part of the NRL to acquire any products or services. The NRL does not intend to award a contract based on this RFI or otherwise pay for the information requested. Submission of a response to this RFI is voluntary. The voluntary submission of a response to this RFI shall not obligate the NRL to pay or entitle the submitter to any compensation. All information and data received in response to this RFI that are marked or designated as corporate or proprietary information will be protected as such. Responses to this RFI may be submitted in writing or by email no later than 4PM EST January 29, 2010. Information may be submitted via email (preferred), Fedex or UPS Only, NOT US MAIL : Naval Research Laboratory, 4555 Overlook, Ave. S.W., ATTN: Steve Koss, Code 8211, Washington, D.C. 20375 Or UNCLASS e-mail (PREFERRED): steve.koss@nrl.navy.mil Responses received after January 29, 2010 will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/NRL-10-LS71/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02037289-W 20100109/100107235502-6897e57b2556592bfe89816b69d64a26 (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.