AN/SSQ-101B SONOBUOY ACQUISITION (FY24-27)

expired opportunity(Expired)
From: Federal Government(Federal)
N00019-23-RFPREQ-APM264-0087

Basic Details

started - 15 Nov, 2022 (17 months ago)

Start Date

15 Nov, 2022 (17 months ago)
due - 05 Dec, 2022 (16 months ago)

Due Date

05 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
N00019-23-RFPREQ-APM264-0087

Identifier

N00019-23-RFPREQ-APM264-0087
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708533)DEPT OF THE NAVY (156879)NAVAIR (14272)NAVAIR HQS (3697)NAVAL AIR SYSTEMS COMMAND (3301)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DISCLAIMERTHIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICIATION 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.1.0 INTRODUCTIONThis sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities.  The result of this market research will contribute to determining the method of procurement. The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, Air Anti-Submarine Warfare Systems (ASW) Program Office (PMA-264) has the requirement for Fiscal Years (FY) 2024 through 2027 to
annually procure AN/SSQ-101B sonobuoys in sufficient quantities to support Fleet ASW operations, annual training, and maintain required inventories. The following products will be in Full Rate Production and are non-developmental efforts. Annual procurements will vary in quantities by product type to meet Fleet needs.Products planned to be procured: AN/SSQ-101B Sonobuoys– 26,000 per fiscal yearIt is anticipated that the resultant contract will be Firm Fixed-Price.Non-recurring engineering funds will NOT be available.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. AN/SSQ-101B sonobuoys are built to performance specifications. The Key Performance Parameters are defined by the Performance Sonobuoy Specifications (PSS) for the AN/SSQ-101B sonobuoy type.Requests for the performance specifications and associated documents shall be submitted via e-mail to Kyle Goddard at Kyle.M.Goddard3.civ@us.navy.mil.All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey.2.0 BACKGROUNDSonobuoys are electro-mechanical sensors designed to relay underwater sounds associated with submarines to sophisticated remote processors principally on the P-8A, MH-60R, P-3C aircraft, and from surface ships if equipped. They are designed to detect, localize, and track targets, which is critical to the kill chain loop. Sonobuoys are expendables stored in sealed containers until launched, and are utilized to detect acoustic emissions or reflections from potentially hostile submarines. Air-launched buoys employ a parachute to retard their descent, provide descent stability, and to reduce shock from impact with water.The existing production contract for this sonobuoy variant is under Indefinite Delivery Indefinite Quantity (IDIQ) Contract N00019-19-D-0032, Firm Fixed Price, with ERAPSCO.3.0 REQUIRED CAPABILITIESPotential vendors will be required to possess or acquire fully qualified production-ready design(s) or present a plan to achieve qualified production-ready design(s) for any or all of the products listed above within 6 months after contract award. 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. Fully functional deliveries must begin within 12 months of contract award/option exercise and be complete within 24 months. Further, the Government will NOT pay a new business entering the market the costs incurred to achieve a fully qualified design.This AN/SSQ-101B sonobuoy acquisition may require access to classified information, up to the SECRET level, in accordance with OPNAVINST 5510.13H.Final sonobuoy assembly is required to be in the United States.4.0 SPECIAL REQUIREMENTSThe contracted effort will require, at a minimum, a Security Clearance classification of SECRET. Some contracted effort may require secret storage.Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level III with regard to software development and system integration (hardware, software, testing, and project management).The proposed acquisition will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in Federal Acquisition Regulation (FAR) Subpart 9.5.5.0 ELIGIBILITY10 United States Code (U.S.C.) 4864. Miscellaneous limitations on the procurement of goods other than United States goods.The Product Support Code (PSC) for this requirement is 5845. The North America Industry Classification System (NAICS) code is 334511.6.0 SUBMITTAL INFORMATIONIt 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 Key Performance Parameters for the AN/SSQ-101B production sonobuoy. Each vendor capability statement package must address, at a minimum, in order of priority, the following:A detailed plan and estimated schedule(s) showing the company's ability to begin performance, in accordance with the timeline provided in 3.0 Required Capabilities, upon contract award for the AN/SSQ-101B sonobuoyA 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 personnelResources 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 specifiedA company profile to include number of employees, annual revenue history, business size, office location(s), PCO name, phone number, fax number, and email address, North American Industry Classification System (NAICS) codes under which goods and services are provided, and Data Universal Numbering System number(s)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, and a brief description of how the contract referenced relates to the requirement described hereinMedia: Submissions should be in Microsoft Word format. One (1) electronic copy is required.Means of Delivery: The capability statement package shall be sent via email to Kyle Goddard at Kyle.M.Goddard3.civ@us.navy.mil.   Submissions must be received at the office sited no later than 05 December 2022 at 17:00 EST. Questions or comments regarding this notice may be addressed to Kyle Goddard at Kyle.M.Goddard3.civ@us.navy.mil.

PATUXENT RIVER, MD, 20670-5000, USALocation

Place Of Performance : PATUXENT RIVER, MD, 20670-5000, USA

Country : United StatesState : Maryland

Classification

NAICS CodeCode 334511
Classification CodeCode 5845