Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
MODIFICATION

66 -- eCASS Production Full Rate Production 2 - DRAFT RFP

Notice Date
6/15/2017
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-17-R-0129
 
Archive Date
3/17/2017
 
Point of Contact
Lisette Behmke, Phone: 7323232547, Kathryn Scott, Phone: 7323234643
 
E-Mail Address
lisette.behmke@navy.mil, Kathryn.Scott@navy.mil
(lisette.behmke@navy.mil, Kathryn.Scott@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment L7 Attachment L6 Attachment L5 Attachment L2 Attachment L1 Attachment 9 - R&M Program Plan Attachment 8 - PHS&T Plan Attachment 7 - CDRL Addressee List Attachment 6 - CDRLs Attachment 1- Technical Document Distribution Statements Draft RFP N68335-17-R-0129 eCASS Full Rate Production 2 This is a DRAFT Request for Proposal (DRFP) for the Full Rate Production (FRP) of the electronic Consolidated Automated Support Systems (eCASS) hardware systems and related equipment, including Self Maintenance and Test/Calibration (SMAT/CAL) Operational Test Program Sets (OTPSs), Calibration Equipment Suites/Kits, Shore Installation Kits and Ship Installation Kits. It is anticipated that a quantity of two hundred and eleven (211) eCASS FRP stations will be ordered over a six year period (one base and 5 option periods) utilizing a Level II Production Drawing Package in support of the NAVAIR Aviation Support Equipment (ASE) Program Office (PMA-260) located at Patuxent River, MD. The anticipated period of performance includes a base year and five option years. The anticipated start date is July 2018. This DRAFT RFP is hereby released in order to obtain comments and suggestions from industry before actually soliciting proposals. This is not an official RFP and no solicitation is available at this time. Anything and everything related to this potential solicitation is subject to change. Please do not submit a proposal to this DRAFT RFP as it is only intended for industry review and feedback. Attached is the DRFP N68335-17-R-0129 and available attachments. Attachment (2) - GFE Production Support Assets List and Attachment (3) - CASS Reuse Items List for eCASS Production are not attached and are not available at this time, they will be provided for Final RFP. Attachment (4)- eCASS Technical Data Package (TDP), Attachment (5) - eCASS PAT Procedures and Attachment (10) - Performance Specification for eCASS, PMA260-001/R2 are not attached. Interested parties shall contact the Government POC, Lisette Behmke or Kate Scott for access to the Attachments 4, 5 and 10. Access will require the submission of a signed DD 2345 MILITARILY CRITICAL TECHNICAL DATA AGREEMENT to the listed Government POC. Any and all input related to these draft documents shall be submitted to both Government Points of Contact prior to 1200 EST on 20 July 2017. It is intended that an Industry Day will be held the week of 17 July 2017 in Patuxent River, MD. More information on the exact date, time and place will be provided through an amendment to this announcement. All interested parties who would like to attend Industry Day need to contact the Contract Specialist for notification of your attendance. Attendance at the event is not a requirement and in no way affects any company from submitting a proposal in response to any forthcoming solicitation. All wishing to participate in the Industry Day event must pre-register by providing the business name, address, names of attendees, a point of contact phone number and email address via email to the Contract Specialist, Lisette Behmke, at Lisette.Behmke@navy.mil. The subject line of the email should read "eCASS Industry Day Pre-Registration" and should be submitted no later than 2:00pm EST 29 June 2017. The event will be open only to those vendors who have pre-registered and, due to space limitations, no more than four (4) representatives from each potential offeror will be permitted to attend. If requested, one-on-one meetings will be scheduled by appointment and held after the Industry Day presentation. Contractors must notify the Contract Specialist in the pre-registration email of your request for a one-on-one meeting no later than 29 June 2017. The Government may provide responses to non-proprietary questions submitted by industry in advance of the meeting. The Government will also accept questions in writing at the conclusion of the meetings and will accept feedback after the meeting. The Government reserves the right to provide to all offerors a copy of questions and answers if it is deemed in the best interest of the Government. The Government will not attribute the question to the inquiring party when released. Potential offerors are strongly encouraged to submit questions in a non-proprietary format. Any questions containing proprietary information must be clearly marked as such and contain a clear and concise rationale as to why the question is proprietary. As the Government may not be able to provide responses to proprietary questions, you are advised to take all efforts necessary to minimize such questions. The Product Service Code (PSC) for this requirement is 6625, and the North American Industry Classification System (NAICS) is 334519- Other measuring and Controlling Device Manufacturing with a size standard of 500 employees. At this time, a determination to do a Small Business Set Aside has not been made. Market research is still ongoing and will conclude after Industry Day. If it is determined to set this acquisition aside for small business, the following FAR and DFARS clauses would be included in the final RFP: 52.219-1 Small Business Program Representations 52.219-1 Alt. I Small Business Program Representations 52.219-6 Notice of Total Small Business Set Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.219-28 Post Award Small Business Program Representation 252.219-7000 Advancing Small Business Growth If a SBSA is determined, the following FAR, DFARs and NAVAIR clauses that are included in the attached Draft RFP will not be included in the final RFP: 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-9 Small Business Subcontracting Plan 52.219-16 Liquidated Damages - Subcontracting Plan 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) 5252.219-9501 Less Than Five Percent Small Disadvantaged Business Subcontracting Goal This is not a solicitation for proposals. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this DRAFT RFP and Government use of such information. This DRAFT RFP does not constitute the solicitation of proposals. +++++++++++++++++++++++++++++++ Amendment 01: corrected email address in description This is a Request for Information (RFI) only. This is not a Request for Proposal (RFP), a Request for Quotation, or Invitation for Bids. There is currently no solicitation package available. The Naval Air Warfare Center Aircraft Division, Lakehurst, NJ is seeking sources that are capable of manufacturing and delivering approximately two hundred and eleven (211) electronic Consolidated Automated Support Systems (eCASS) Full Rate Production (FRP) stations over a six (6) year period for the NAVAIR Aviation Support Equipment (ASE) Program Office (PMA260) located at Patuxent River, MD utilizing a Level III Production Drawing Package. The eCASS stations are to be fully assembled and tested before delivery, and then they will be installed at aviation maintenance facilities on board nuclear-powered aircraft carriers, L-Class ships and shore sites by Government installation teams. Support during installation may be required. There are four (4) descriptions for the eCASS station configurations. They are as follows: 1. Hybrid 2. Radio Frequency 3. High Power 4. Electro-Optical The contractor will also manufacture, test and deliver the following eCASS system support items in accordance with the Technical Data Package provided by the Government: 1. Self-Maintenance and Test Calibration Operational Test Program Sets; 2. Calibration Equipment; 3. Ship Installation Kits; 4. Shore Installation Kits; 5. Rail Kits (3, 4 and 5.5 Rack); 6. Test Program Set (TPS) Development Suites; 7. Genie Lifts. This RFI is for planning purposes only and shall not be construed as an RFP or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and Government use of such information. This RFI does not constitute the solicitation of proposals. However, it is requested that sources familiar with the manufacture and delivery of Automated Test Systems (ATS) interested in being considered for any future competitive procurement respond to this RFI. Responders to this RFI may be requested to provide additional details/information based on their initial submittals. Questions and submissions may be submitted by email to lisette.behmke@navy.mil. Contracting Office Address: Contracts Department Hwy. 547 Attn: B562-3C Lakehurst, NJ 08733-5083 Place of Performance: TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-R-0129/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04546563-W 20170617/170615235753-0ea83728cb8188e8c2b0df087dee1fd4 (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.