Inactive
Notice ID:N00019-19-RFPREQ-PMA-264-0111
THIS SOURCES SOUGHT IS NOT A REQUEST FOR A PROPOSAL INTRODUCTION The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, is announcing its intention to seek all vendors interested in the pro...
THIS SOURCES SOUGHT IS NOT A REQUEST FOR A PROPOSAL INTRODUCTION The Naval Air Systems Command, (NAVAIR) Patuxent River, Maryland, is announcing its intention to seek all vendors interested in the production of AN/SSQ-125 sonobuoys. The results of this Sources Sought will be utilized to assess the state of the market for AN/SSQ-125 sonobuoys. The Air Anti-Submarine Warfare Systems (ASW) Program Office (PMA-264) has the requirement for Fiscal Years(FY) 2020 through 2021 to annually procure AN/SSQ-125 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-125 - 24,000 AN/SSQ-125 sonobuoys are built to performance specifications. Non-recurring engineering funds will NOT be available. DISCLAIMER THIS 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. CONTRACT/PROGRAM BACKGROUND The existing production contract for this sonobuoy is: 1. N00421-14-D-0025, Firm Fixed Price, ERAPSCO Incorporated REQUIRED CAPABILITIES 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-125 sonobuoys are built to performance specifications. The Key Performance Parameters are defined by the Performance Sonobuoy Specifications (PSS) for the AN/SSQ-125 sonobuoy type. Requests for the performance specifications and associated documents shall be submitted via e-mail to the Contract Specialist, Karl Maria E. Ramdass at karl.ramdass@navy.mil. This AN/SSQ sonobuoy acquisition may require access to classified information, up to the SECRET level, in accordance with OPNAVINST 5510.13H. Potential 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. 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. 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. It is anticipated that the resultant contract will be a Firm Fixed-Price type. Final sonobuoy assembly is required to be in the United States. SPECIAL REQUIREMENTS The 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. ELIGIBILITY TITLE 10, Subtitle A, PART IV, CHAPTER 148, SUBCHAPTER V, 2534. 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. 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 Key Performance Parameters for the AN/SSQ-125 production sonobuoy. Vendor capability statement packages must address, at a minimum, in order of priority, the following: (1) A detailed plan and estimated schedule(s) showing the company's ability to begin performance upon contract award for the AN/SSQ-125 sonobuoy; (2) A 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; (3) 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; (4) A company profile to include number of employees, annual revenue history, office location(s) and Data Universal Numbering System number(s); (5) 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 herein; and (6) Company Name; Company address; Company business size; and POC name, phone number, fax number, and email address. Media: 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 karl.ramdass@navy.mil. Submissions must be received at the office sited no later than 3:00 p.m. Eastern Standard Time on 10 April, 2019. Questions or comments regarding this notice may be addressed to Karl Maria E. Ramdass, via email at karl.ramdass@navy.mil.