Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

58 -- CDL SRQ-4 Solicitation - Attachment (13) Bill of Material Template - Attachment (9) LMI Database Fields for CDRL LR03 - Attachment L-5 GFE Information List - Attachment (5) FRACAS Failure Determination - Attachment L-2 Past Performance Questionnaire - Attachment L-3 CPARS Update Questionnaire - Attachment (3) TEMPEST Control Plan Description - Attachment L-4 Cost/Price Summary Table - Attachment (16) DD254 - Attachment (14) DMSMS Quarterly Report CDRL LR0C - Attachment (11) Engineering Data for Provisioning CDRL LR05 - Attachment (15) DMSMS Case Sheet for CDRL LR0D - CDL SRQ Solicitation - Attachment (4) Contractor Data Assertion Table - Attachment (6) GFE, GFI and GFP List - Attachment (7) CDRL Cross Reference Matrix - Attachment (2) CSDR Plan - Attachment (10) Provisioning Parts List Worksheet for CDRL LR04 - Attachment (8) Contractor Small Business Plan - CDL SRQ Contract Data Requirements List (CDRLs) - Attachment (12) Preservation Packaging Requirement for CDRL LR08

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment 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
N00019-16-R-3001
 
Archive Date
12/6/2016
 
Point of Contact
Kathleen M. Camm, Phone: 3013424633, Brittany Reynolds, Phone: 301-757-8970
 
E-Mail Address
kathy.camm@navy.mil, brittany.s.reynolds2@navy.mil
(kathy.camm@navy.mil, brittany.s.reynolds2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment (12) Preservation Packaging Requirement for CDRL LR08 CDL SRQ CDRLs Attachment (8) Contractor's Small Business Plan Attachment (10) Provisioning Parts List Worksheet for CDRL LR04 Attachment (2) Cost and Software Data Reporting Plan Attachment (7) CDRL Cross Reference Matrix Attachment (6) GFE, GFI and GFP List Attachment (4) Contractor Data Assertion Table CDL SRQ Solicitation Attachment (15) DMSMS Case Sheet for CDRL LR0D Attachment (11) Engineering Data for Provisioning CDRL LR05 Attachment (14) DMSMS Quarterly Report for CDRL LR0C Attachment (16) DD254 Attachment L-4 Cost/Price Summary Table Attachment (3) TEMPEST Control Plan Description Attachment L-3 CPARS Update Questionnaire Attachment L-2 Past Performance Questionnaire Attachment (5) FRACAS Failure Determination Attachment L-5 GFE Information List Attachment (9) LMI Database Fields for CDRL LR03 Attachment (13) Bill of Material Template The Naval Air Systems Command (NAVAIR) Multi-Mission Helicopter Program Office (PMA-299) intends to procure on a competitive basis Common Data Link (CDL) SRQ-4 (Ku) Band Shipboard Radio Terminal Sets (RTS), Maintenance Assistance Modules (MAMs) kits, On-Board Repair Parts (OBRPs) kits and Installation Checkout Outfitting kits (INCOs) in accordance with FAR Part 6.1 "Full and Open Competition." This contract encompasses the efforts required to manufacture, test, deliver, manage and support AN/SRQ-4 (Ku) band Radio Terminal Sets (RTS) for ship small surface combatants. This procurement is contemplated as a fixed price type contract for a base award and four option years. The base year will include any Non-recurring Engineering (NRE) required to satisfy specification requirements; the qualification testing (contractor testing), manufacture of test assets for CDL SRQ systems, verification, validation, Government testing and refurbishment and procurement of systems. There will be four (4) option years to manufacture and deliver additional quantities of systems that meet the configuration approved during the base year. The estimated quantities are as follows: the base award consists of the FY2017 requirement of approximately six (6) each AN/SRQ-4 (Ku) band RTS, Option for six (6) each Maintenance Assistance Modules, Option for (6) each OBRP kits, (2) each INCO kits and Option for two (2) INCO kits; Option Year 1 (FY2018) approximately six (6) AN/SRQ-4 (Ku) band RTS, six (6) MAMs and six (6) OBRPs; Option Year 2 (FY2019) approximately seven (7) AN/SRQ-4 (Ku) band RTS, seven (7) MAMs and seven (7) OBRPs; Option Year 3 (FY2020) approximately seven (7) AN/SRQ-4 (Ku) band RTS, seven (7) MAMs and seven (7) OBRPs; Option Year 4 (FY2021) approximately seven (7) AN/SRQ-4 (Ku) band RTS, seven (7) MAMs and seven (7) OBRPs. Desired delivery of the AN/SRQ-4 (Ku) band RTS is approximately two units 18 months after award (inclusive of first article testing) and approximately one (1) per month thereafter. Offerors who plan to propose as prime contractors must hold a United States Government Secret facility clearance. Specifications/SOW : Specifications/drawings are available upon request via CD-ROM to United States Government Agencies and their U.S. Government contractors. The documents are comprised primarily of specifications and drawings to include the Statement of Work (SOW) and Prime Item Development Specifications for the AN/SRQ-4 (Ku) band RTS. The H-60 Multi Mission Helicopter Program (PMA-299) is the acquisition program office for this potential effort. Instructions are included in this notice on how to request the specifications, SOW and related materials, and how to submit comments, clarifying questions, and responses. To request the specifications/drawings, please send your company name, company physical mailing address, CAGE code, and point of contact information (your name, phone number, and email address) to: Ms. Kathy Camm at Kathy.camm@navy.mil or fax to her attention at 301-757-5284. Please copy Ms. Brittany Reynolds at Brittany.s.reynolds2@navy.mil when emailing. An email confirmation will be sent upon receipt and a CD-ROM will be mailed upon verification of requestor's information. 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 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. 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 the U.S. Department website http://www.pmddtc.state.gov/regulations_laws/itar.html. To participate, 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 controlled documents 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. Upon review of your written request, verification of your status and acknowledgement of the contractor's responsibility under the U.S. Export laws and regulations, the requested documents will be provided. The Contractor is responsible for the proper handling and disposal of documents. The Contractor shall return the CD-ROM to the Government within two (2) weeks of the closing date of this announcement to the Department of the Navy, Naval Air Systems Command, Building 2272, Suite 155, Attention: Ms. Kathy Camm, AIR 2.3.4.2.6, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. This announcement is not a contract, a promise to contract, or a commitment of any kind on the part of the Government. Companies responding to this request should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZONE small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor, or if you desire to subcontract with a prime contractor. Ensure your response contains your company's name, street address, point of contact with phone number and email address, company webpage URL. All responses must be unclassified. The Government will not reimburse any preparation costs. Comments, Clarifying Questions, and Responses : Unclassified written comments, recommendations, and questions regarding the documents shall be submitted by 15 October 2016 to the following: Kathy.camm@navy.mil or fax to her attention at 301-757-5284, or at the Department of the Navy, Commander, Naval Air Systems Command, Building 2272 Room 155, Attention: Kathy Camm, AIR 2.3.4.2.6, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. Please copy Ms. Brittany Reynolds at Brittany.s.reynolds2@navy.mil when emailing. Questions shall be limited to matters not involving classified and/or business proprietary matters. At any time after receipt of comments/questions, the Government reserves the right to contact respondents for further clarification of the submittal. The Government will consider any responses to this solicitation notice as consent to be included in the potential Bidder's List. Contract award is anticipated in the 3QFY17 timeframe. Interested offerors are responsible for monitoring these sites for the release of the solicitation package and any other pertinent information or amendments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-R-3001/listing.html)
 
Record
SN04273589-W 20160917/160915235838-aaa86da9202d60c5a3225a5a8b1ed963 (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.