Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2010 FBO #3162
SOURCES SOUGHT

58 -- AN/SSQ-101 Sonobuoys (PMA-264)

Notice Date
7/20/2010
 
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, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-10-R-1054
 
Archive Date
8/17/2010
 
Point of Contact
Sabana N Moore, Phone: (301) 757-2611, Kenneth D. Sherman, Phone: 301-757-6529
 
E-Mail Address
sabana.moore@navy.mil, kenneth.sherman@navy.mil
(sabana.moore@navy.mil, kenneth.sherman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SOURCES SOUGHT IS NOT A REQUEST FOR A PROPOSAL AN/SSQ-101 BACKGROUND The Naval Air Warfare Center, Aircraft Division (NAWCAD) Patuxent River, Maryland, is announcing its intention to seek all qualified vendors of AN/SSQ-101 sonobuoys in support of PMA-264's Production Sonobuoy program. Produced in lots, sonobuoys are expendable electro-mechanical devices used as the primary airborne sensors for the detection, classification, and localization of submarines. Air deliverable sonobuoys are procured to support annual training, fleet operations, and to maintain sufficient stock in inventory. The AN/SSQ-101 is in the post-Milestone C full rate production phase. A multiple year contract is anticipated. The PSC for this requirement is 5845 and the NAICS code is 334511. REQUIREMENTS To ensure compatibility with existing and future Anti-Submarine Warfare systems, production sonobuoys are required to meet general performance requirements such as: reliability, service conditions, electrical, mechanical, acoustic, safety, environmental, product assurance, packaging, marking, and operating requirements. The Key Performance Parameters for the AN/SSQ-101 production sonobuoy is provided in the attached document. The AN/SSQ-101 sonobuoy acquisition requires access to classified information, up to the SECRET level, in accordance with OPNAVINST 5510.13H. This Sources Sought is not open to participation by foreign firms at the prime contractor level. Prior to contract award, potential vendors will be required to have United States Government qualified production-ready sonobuoy designs or present a plan to get qualified production-ready sonobuoy designs for the AN/SSQ-101 sonobuoys in time to deliver fully functional sonobuoys 12 - 18 months after contract award. Furthermore, the Government will not pay any vendor to achieve a qualified design. A Government qualified design is defined as either a design that has been or currently is being delivered to the Government OR a design that has received a letter from the Procurement Contracting Officer declaring the design as qualified. SUBMITTAL INFORMATION It is requested that interested vendors submit to the contracting office a detailed capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating the ability to meet the attached Key Performance Parameters. Vendor capability statement packages must address, at a minimum, in order of priority, the following: (1) Provide a detailed plan and estimated schedule showing the company's ability to begin performance upon contract award. The contract award is estimated to occur in November 2011. (2) Demonstrate ability to meet attached KPPs and deliver at least XX bouys within XX months after award. (3) Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel. (4) Resources available such as corporate management policies, quality certifications, and currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of personnel, and ability to have personnel located at the sites specified. (5) Company profile to include number of employees, annual revenue history, office location(s) and Data Universal Numbering System number(s). (6) Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact with current telephone number, a brief description of how the contract referenced relates to the requirement described herein. All interested vendors are encouraged to respond. 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. The capability statement package may be sent by mail to Ms. Sabana Moore-Barnes (Code 2.5.1.9.1.6), Building 441, Naval Air Systems Command, 21983 Bundy Road, Unit 7, Patuxent River, MD 20670; by FAX to (301)995-0362; or by email to sabana.moore-barnes@navy.mil. Submissions must be received at the office cited no later than 2:00 PM Eastern Time, 02 August 2010. Questions or comments regarding this notice may be addressed to Ms. Jessica Flynn via email address provided above. All responses must include the following information: company name; company address; company business size; and point of contact's name, phone number, FAX number, and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-R-1054/listing.html)
 
Place of Performance
Address: Manufactured at Individual Contractors Facility, United States
 
Record
SN02211004-W 20100722/100720234713-5737f3b46aaab3aeda58b7af62887bcc (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.