Responses:Responses to this RFI will be used for information and planning purposes only. This RFI does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Information received by the Government in response to this RFI shall not be returned after review. The Government may request additional information upon review.
Responses to this RFI should not to exceed 25 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 pt Times New Roman or Courier New. A two sided page will be considered one page for the purpose of counting the 25 page limit. The following may be included and will not count toward your 25 page limit: cover page, table of contents and rear cover page. Contractor responses shall not contain any classified information. If respondent believes a complete response would require classified information submission, please notify the Government POC immediately so that proper actions by the Government and Contractor can be coordinated. The Government requests that the respondents deliver two hard copies and one electronic soft copy on CD or DVD to the Government POC in Microsoft Word or PDF format with proper markings for unclassified and proprietary information no later than 4:30PM EST on 16 December 2011. All submissions should include RFI Reference Number, company, CAGE code, DUNS number, and small business classification as applicable. Responses to this RFI MAY NOT be submitted via electronic means or facsimile. Acknowledgement of receipt will be provided via email. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All information received in response to this RFI that is marked proprietary will be handled accordingly. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.
The Concept Summary responses should be properly packaged, labeled, handled and submitted in accordance with the National Industrial Security Program Operating Manual (NISPOM) and mailed to the following address:
Precision Strike Weapons Program (PMA-201)
Attn: Ms. Lorraine Dodson
[email protected]
47123 Buse Road
Building 2272, Suite 447, PMA-201
Patuxent River, MD 20670-1547
Non-Disclosure Agreements: Provided below is a list of PMA 201 support contractors expected to have access to the data provided by the respondents to this RFI as part of the response review. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. It is anticipated that employees from CenterScope Technologies, Inc. will review the RFI responses. Contact information for these companies is as follows:
CenterScope Technologies, Inc.
Engineering and Acquisition Support Division
46579 Expedition Drive, Suite 103
Lexington Park, MD 20653
Phone: (301) 737-1661
P.O.C. Wayne Lockley
Foreign Participation: Any 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. If the interested party is a foreign concern or if a U.S. interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. The U.S. Government will provide foreign disclosure guidance to U.S. firms upon request.
Point of Contact:Technical information (unclassified only) will be made available to qualified respondents to the RFI upon request to Ms. Christine Sager. Unclassified information available upon request includes: the FMU-139C/B Performance Specification (PMA201-03-003A). The FMU-139C/B performance specification has been designated as "DISTRIBUTION STATEMENT F" (dissemination only as directed by PMA-201 or higher DoD authority). Interested qualified sources shall submit a written request for the documentation through Ms. Christine Sager. Respondents must officially request the controlled documents in writing. To validate the document release, this request must include the company name, mailing address, email address, point of contact, phone number, current CAGE number and Central Contractor Registration number. The written request must include acknowledgement of the Responders responsibility under the U.S. export contract laws and regulations. For any foreign firm, the request must include proof of a current and applicable approval, authorization, or license under E.O. 12470 or the Arms Export Control Act if applicable. Upon verification of status and acknowledgement of responsibilities under U.S. export control laws and regulations, approved authorization confirmation to receive the requested documents will be provided.
All contractors requesting technical information and specifications must be registered in the Central Contractor Registration (CCR) Database. For CCR information, contact the CCR Registration Assistance Center (RAC) at 888-227-2423 or for CCR Registration at http://www.ccr.dlis.dla.mil. Any request for technical information or questions about this RFI should be in writing and sent via email to Christine Sager at the following address:
NAVAIR Lakehurst Contracts,
Attn: Ms. Christine Sager, Code: 2.5.2.5.1
Building 562, Floor 3, Room 306
Lakehurst, NJ 08733
[email protected]
Important Information:Unless otherwise stated herein, no additional written information is available and no formal RFPs or other solicitation regarding this announcement is currently available. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential Offeror's responsibility to monitor this site for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
Contracting Office Address:
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
Point of Contact:
Christine Sager, Contract Specialist, Phone 732-323-1600, Email [email protected]