Search Contract Opportunities

Common Munitions Bit/Reprogramming Equipment (CMBRE) Request for Information (RFI)

ID: N00019-16-P7-ZD004 • Type: Sources Sought

Description

Posted: Nov. 16, 2015, 4:21 p.m. EST
NOTE: The Government desires responses to this RFI to be UNCLASSIFIED, however, the Government will permit the submittal of classified information in response to item number four "Reliability, maintainability and Cyber Security characteristics" only, AND if it is also accompanied by an UNCLASSIFIED submission. If a respondent deems that a CLASSIFIED response is necessary to adequately respond to this RFI, address inquiries regarding submission of classified information to Donald Wright at 301-995-3982. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED MAIL OR E-MAIL.
Posted: Oct. 20, 2015, 11:26 a.m. EDT

Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). The Program Executive Officer (PEO) Unmanned Aviation and Strike Weapons (U&W), Strike Planning and Execution Program Office (PMA-281) is seeking information from industry on innovative concepts for the development and/or acquisition of a low cost, light weight follow-on to the Common Munitions BIT/Reprogramming Equipment (CMBRE).

CMBRE is used to initiate Built-In-Test (BIT) and provide BIT status, upload Operational Flight Profiles (OFPs) and munition application plans, software updates, upload/download GPS data, upload and update crypto keys for secure communication systems, and download munitions maintenance files. The munitions currently supported are: JDAM, JSOW, WCMD, MALD, JASSM, PAVEWAY, SLAM-ER, DMLGB, AARGM, AMRAAM, AIM-9X, SDB, BRU-61, FLM and others.

The current CMBRE system consists of three separate components, each weighing 39-46 lbs.

PMA-281 is requesting information, which will serve as a market and technology survey to assist in development of an acquisition strategy. In addition to the weapons currently supported, the future Naval CMBRE will also support new developmental munitions. The future Navy CMBRE should have a reduced size/weight to allow for one person lift/carry and a reduction/elimination of the requirement for separate weapon adapters. The future Naval CMBRE should be suitable for operation in a Navy/Marine Corp environment.

As a result of this RFI, the Government expects to receive responses from interested and capable sources in the form of a summary paper containing a description of technical data defining the nondevelopmental end item, developmental item and/or proposed concept. The summary paper shall be written from a system solution perspective showing how the material solution or concept could satisfy the above stated requirements. Each summary paper should include:

1. A top level description

2. Detailed list of anticipated end product physical and performance characteristics to include size, weight, interfaces and data transfer rates.

3. Scope of development effort (if necessary) and assessment of Technology Readiness Level (TRL)

4. Reliability, maintainability and Cyber Security characteristics

5. Integration/interface concept recognizing the CMBRE unit must connect to the multiple ordnance

6. Maintenance concept

7. Design provisions to support new ordnance as well as incremental upgrades

8. Weapon System Explosive Safety Review Board assessment (if any)

9. Notional or actual Unit cost estimate by economical quantity procurements in the spirit of cost savings

10. Associated Warranty information

Responses to this RFI will be used for information and planning purposes only and do 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. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Responders are responsible for all expenses associated with responding to this RFI, the Government will not provide any form of compensation or reimbursement for the information provided. The Government may request additional information upon review. Responses to this RFI are not to exceed 5 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 12 pt Times New Roman or Courier New. A two sided page will be considered two pages for the purpose of counting the 5 page limit. The following may be included and will not count toward your 5 page limit: cover page, table of contents and rear cover page. It is requested that no classified data be provided. 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. Responses shall include one concept per submittal, but multiple submittals are permitted. The Government requests that the respondents deliver one hard copy 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 4:00PM EST on 20 NOV 15. All submissions should include RFI Reference Number, company, CAGE code and DUNS number. Responses should identify the company's business size under NAICS 335999. Responses to this RFI may NOT be submitted via facsimile or by electronic means such as e-mail. Acknowledgement of receipt will be provided if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Summary papers that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI that is marked proprietary will be handled accordingly. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.

Any and all questions about this announcement shall be submitted to the following Government POC:

NAVAIR Patuxent River Contracts,

Attn: Mr. Chris Lyons, Code: 2.4.4.3.5

chris.lyons@navy.mil (301) 342-3516

Responses should be properly packaged, labeled, handled and submitted to the following address:

Strike Planning and Execution Systems Program Office (PMA-281)

Attn: Ms. Lisa Banta

lisa.banta@navy.mil

47123 Buse Road

Building 2272, Suite 251, PMA-281

Patuxent River, MD 20670-1547

As stated above, this is NOT a request for Proposal. THIS SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED.

SUMMARY

This announcement constitutes a Request for Information (RFI) led by PMA-281. This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME.

Overview

Response Deadline
Nov. 20, 2015, 11:59 p.m. EST (original: Nov. 20, 2015, 11:59 p.m. EST) Past Due
Posted
Oct. 20, 2015, 11:26 a.m. EDT (updated: Nov. 16, 2015, 4:21 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
600 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
42%
On 10/20/15 NAWC Aircraft Division issued Sources Sought N00019-16-P7-ZD004 for Common Munitions Bit/Reprogramming Equipment (CMBRE) Request for Information (RFI) due 11/20/15. The opportunity was issued full & open with NAICS 335999 and PSC 99.
Primary Contact
Title
Contracting Officer
Name
Chris Lyons   Profile
Phone
(301) 342-3516

Secondary Contact

Title
Contracting Officer
Name
John F. Antol   Profile
Phone
(301) 757-5943

Documents

Posted documents for Sources Sought N00019-16-P7-ZD004

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-16-P7-ZD004

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-16-P7-ZD004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
Dec. 5, 2015
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 5, 2015