United States - DRAFT DSP Inverter Presolicitation

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
01 July 2019
Opportunity publication date
15 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 14, 2019 8:36 am

This draft solicitation is being issued to provide potential offerors the opportunity to provide comments and clarifying questions prior to release of the Request for Proposal (RFP). The Naval Air Systems Command (NAVAIR) H-1 Upgrades Program Office (PMA-276) intends to procure, on a competitive basis, the Digital Signal Processor (DSP) Inverters for the UH-1Y aircraft in accordance with FAR Part 6.1 "Full and Open Competition." This procurement is contemplated as a firm fixed price type contract for a base award and options. The base contract will include Non-Recurring Engineering (NRE) required to satisfy specification requirements, delivery of six (6) flight test assets, four (4) assets for validation/verification, and testing. There will be options to manufacture and deliver additional quantities of systems that meet the configuration approved during the base contract. The estimated option quantities are as follows: Option 1 (FY2021): 200 DSP Inverters (Retrofit); Option 2 (FY2022): 120 UH-1Y DSP Inverter (Retrofit); Option 3 (FY2022): a range of 60 -100 UH-1Y DSP Inverters (Spares); and Option 4 for a range of 15-25 for potential Foreign Military Sales (FMS). Desired completion/delivery is as follows: NRE to be completed NLT 12 Months after award with flight test assets to be delivered 8 months after contract award and validation/verification assets to be delivered 10 months after contract award; DSP Inverters for Retrofit and Spares to be delivered starting 16 months after contract award at a rate of approximately 25 per month.

Draft Specifications/SOW:
The Draft Statement of Work (SOW), Draft Performance Specification Sheet and other documents related to the SOW requirements are available upon request. The draft documents are being issued to afford potential offerors the opportunity to provide the DSP Inverter program with comments and clarifying questions prior to the release of the Request for Proposal (RFP). The H-1 Upgrades Program (PMA-276) is the acquisition program office for this potential effort.
Draft specifications/SOW and related documents are available via the NAVAIR Document Dropbox (NDD). The NDD is the replacement for AMRDEC & SAFE and was developed to allow NAVAIR personnel ability to share large files between themselves and/or industry partners in a secure manner. The site utilizes DOD CAC PKI as well as ECA PKI certificates. The URL for NDD is: https://myteam.navair.navy.mil/corpappps/ndd. If a user does not already have access to MyTeam SharePoint, they will be prompted with an automated Account Creation dialog that will allow them to create an account within minutes after attempting access. If an offeror has issues with NDD access
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. Janine Stratakes at janine.stratakes@navy.mil. Please copy Ms. Jeanette Moronta at jeanette.moronta@navy.mil. 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.
Comments, Clarifying Questions, and Responses:
Written comments, recommendations, and questions regarding the draft documents shall be submitted by 28 June 2019 to the following: janine.stratakes@navy.mil, or at the Department of the Navy, Commander, Naval Air Systems Command, Building 442, Attention: Janine Stratakes, AIR 2.3.1.3.9, 21936 Bundy Road, Patuxent River, MD 20670-1547. Please copy Ms. Jeanette Moronta at jeanette.moronta@navy.mil when emailing. Questions shall be limited to matters not involving classified and/or business proprietary matters. 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. 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 pre-solicitation notice as consent to be included in the potential Bidder's List. After consideration of all comments received, a final RFP may be issued.
Contract award is anticipated in the 2nd Quarter FY2020 timeframe. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Interested offerors are responsible for monitoring this site for the release of the solicitation package and This draft solicitation is being issued to provide potential offerors the opportunity to provide comments and clarifying questions prior to release of the Request for Proposal (RFP). The Naval Air Systems Command (NAVAIR) H-1 Upgrades Program Office (PMA-276) intends to procure, on a competitive basis, the Digital Signal Processor (DSP) Inverters for the UH-1Y aircraft in accordance with FAR Part 6.1 "Full and Open Competition." This procurement is contemplated as a firm fixed price type contract for a base award and options. The base contract will include Non-Recurring Engineering (NRE) required to satisfy specification requirements, delivery of six (6) flight test assets, four (4) assets for validation/verification, and testing. There will be options to manufacture and deliver additional quantities of systems that meet the configuration approved during the base contract. The estimated option quantities are as follows: Option 1 (FY2021): 200 DSP Inverters (Retrofit); Option 2 (FY2022): 120 UH-1Y DSP Inverter (Retrofit); Option 3 (FY2022): a range of 60 -100 UH-1Y DSP Inverters (Spares); and Option 4 for a range of 15-25 for potential Foreign Military Sales (FMS). Desired completion/delivery is as follows: NRE to be completed NLT 12 Months after award with flight test assets to be delivered 8 months after contract award and validation/verification assets to be delivered 10 months after contract award; DSP Inverters for Retrofit and Spares to be delivered starting 16 months after contract award at a rate of approximately 25 per month.
Draft Specifications/SOW:
The Draft Statement of Work (SOW), Draft Performance Specification Sheet and other documents related to the SOW requirements are available upon request. The draft documents are being issued to afford potential offerors the opportunity to provide the DSP Inverter program with comments and clarifying questions prior to the release of the Request for Proposal (RFP). The H-1 Upgrades Program (PMA-276) is the acquisition program office for this potential effort.
Draft specifications/SOW and related documents are available via the NAVAIR Document Dropbox (NDD). The NDD is the replacement for AMRDEC & SAFE and was developed to allow NAVAIR personnel ability to share large files between themselves and/or industry partners in a secure manner. The site utilizes DOD CAC PKI as well as ECA PKI certificates. The URL for NDD is: https://myteam.navair.navy.mil/corpappps/ndd. If a user does not already have access to MyTeam SharePoint, they will be prompted with an automated Account Creation dialog that will allow them to create an account within minutes after attempting access. If an offeror has issues with NDD access
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. Janine Stratakes at janine.stratakes@navy.mil. Please copy Ms. Jeanette Moronta at jeanette.moronta@navy.mil. 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.
Comments, Clarifying Questions, and Responses:
Written comments, recommendations, and questions regarding the draft documents shall be submitted by 28 June 2019 to the following: janine.stratakes@navy.mil, or at the Department of the Navy, Commander, Naval Air Systems Command, Building 442, Attention: Janine Stratakes, AIR 2.3.1.3.9, 21936 Bundy Road, Patuxent River, MD 20670-1547. Please copy Ms. Jeanette Moronta at jeanette.moronta@navy.mil when emailing. Questions shall be limited to matters not involving classified and/or business proprietary matters. 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. 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 pre-solicitation notice as consent to be included in the potential Bidder's List. After consideration of all comments received, a final RFP may be issued.
Contract award is anticipated in the 2nd Quarter FY2020 timeframe. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Interested offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information or amendments.

Opportunity closing date
01 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVAIR HQ United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?