Inactive
Notice ID:N0001920C0024
This announcement constitutes a Request for Information (RFI) for planning purposes. This is NOT a Request for Proposals (RFP). NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Naval Air Systems Command ...
This announcement constitutes a Request for Information (RFI) for planning purposes. This is NOT a Request for Proposals (RFP). NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. Naval Air Systems Command (NAVAIR) and PMA272 established the requirement baseline for the RR-198/AL (operational chaff) and RR-199/AL (training chaff) air expendable countermeasure (AECM). The intent of this RFI is to assist NAVAIR and PMA272 in conducting market research to identify if a contractor is available who can satisfy the Government's requirements for supplying RR-198/AL and RR-199/AL chaff. Scope: The production, acceptance, and delivery of the RR-198/AL Operational Chaff and the RR-199/AL Training Chaff. The RR-198/AL Chaff is an advanced countermeasure developed with mmWave technology capable of producing high Radar Cross Section (RCS) across the desired spectrum. The RR-198/AL Chaff is designed to protect against radar-guided surface-to-air and air-to-air missiles. The RR-198/AL National Stock Number (NSN): NA-2019-0075-001-001. The RR-199/AL Chaff is a training countermeasure developed with the similar RCS coverage as the RR-188/AL Chaff. The RR-198/AL National Stock Number (NSN): NA-2019-0077-001-001. OPSEC protection for all classified and sensitive information would be required. Security policy, procedures, and requirements for classified information are provided in DOD Manual 5220.22-M, National Industrial Security Program Operating Manual (NISPOM). Telecommunications security in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) Clause 252.239-7016 needs to be implemented as appropriate. All Statements of interest should include the following additional data: 1. Company name, address, point of contact (POC), telephone number, fax number, email address to contact for any necessary clarification, to receive additional information, for additional data required by the analysis, and for information on any necessary non-disclosure agreements. 2. Company's business size, to include number of employees and number of years in the industry. 3. Applicable business size and/or socioeconomic statuses (i.e. Large Business, Small Business, Emerging Small Business, SBA Certified 8A Program Participant, SBA Certified HUB Zone Firm, Small Disadvantaged Business, Service Disabled Veteran Owned Business, Veteran Owned Business, Woman Owned Business). Note: Small businesses that possess the required capability are encouraged to submit responses to this notice. 4. Possible teaming arrangements and delineation between the work that will be accomplished by the prime and the work accomplished by teaming partners. 5. Description of company's concept(s) for meeting the top-level required system capabilities listed at the beginning of this RFI. 6. Existing support and/or maintenance philosophies. 7. Description of type(s) of engineering work that is subcontracted. 8. Surge capability to provide a significant increase in support (e.g. rapidly identify, equip and employ resources) in the event of a surge in number, size, or complexity of projects. 9. Company's ability to manage and secure up to SECRET information. 10. Description of certified AS/ISO Quality standards. 11. Manufacturing capabilities to include capacity given current and future workload; Concerns with obtaining materials and/or components. 12. Description of facilities and equipment possessed to be able to perform capabilities and functions listed at the beginning of this RFI to include: a. A dedicated RR-198/AL and/or RR-199/AL production line; b. An ability to accept material on site; c. The ability to control the processing environment (Temperature and Heat) within the contractor’s facility; d. Describe the anticipated monthly production rate which could be achieved. 13. Experience with manufacturing of similar type of chaff. 14. Testing - First Article Testing (FAT) and Lot Acceptance Testing (LAT): a) What is your proposed lead-time requirement for FAT?; b) What is the contactor's ability to perform testing onsite (range and equipment)? If not on-site, what support would be needed from the Government or a sub-contractor? Responding parties are requested to provide no more than 20 pages via e-mail to Evan Riedell at Evan.Riedell@navy.mil and Kevin Ritter at Kevin.Ritter@navy.mil. The response must be compatible with Microsoft Word 2010 or Adobe Acrobat DC reader. NOTE: Please limit your response to related efforts no older than the past 10 years. This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. The Government is only seeking possible sources and information for future needs. No solicitation document exists. However, respondents to this Request for Information will not be excluded from consideration for contract participation in any potential follow-on activity. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide, develop, or relay information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Availability of formal solicitation, if any will be announced under a separate Federal Business Opportunities announcement.