Search Contract Opportunities

Full Motion Video (FMV) RFP   3

ID: N00019-16-R-3000 • Type: Synopsis Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

The Naval Air System command intends to procure on a competitive basis an airborne Full Motion Video (FMV) System for the MH-60S aircraft, in accordance with FAR Part 6.1 "Full and Open Competition." The FMV system is required to transmit forward-looking infrared video from the aircraft's Multi-Spectral Targeting System (MTS) to both ship board systems and special operations forces. The system must also have the capability to simultaneously receive FMV data from an off-board source while transmitting to a user, potentially on a different frequency band.

A proven non-developmental system is preferred to support a rapid integration and deployment schedule. The system shall meet NAVAIR flight worthiness requirements. The system will be integrated and installed on the aircraft by the Government. The MH-60S Full Motion Video (FMV) system shall be interoperable with standard Common Data Link (CDL) systems, and any other systems that utilize Tactical, VORTEX Native, 466 ER, and FM analog waveforms. The base year will include any NRE required to satisfy specification requirements; the qualification testing (Contractor testing), manufacture of test assets, verification, validation, Government testing, refurbishment, and procurement of systems. There will be four (4) option years to manufacture, build, and deliver an additional quantity of systems that meet the configuration approved during the base year.

This procurement is contemplated as a fixed price type contract for a base award and four option lots. Offerors who plan to propose as prime contractors must hold a United States Government Secret facility clearance.

Specifications/SOW:

Specifications/drawings are available upon request via CD-ROM to United States Government Agencies and their U.S. Government Contractors. The documents are comprised primarily of specifications and drawings, to include the Statement of Work (SOW) and Prime Item Development Specifications for the Full Motion Video. The documents are being issued to provide potential offerors and other stakeholders the opportunity to provide the FMV program with clarifying questions, comments, responses. The MH-60 Multi Mission Helicopter Program (PMA 299) is the acquisition program office for this potential effort. Instructions are included in this notice on how to request the specifications and related materials, how to submit comments, clarifying questions, and responses. To request the specifications/drawings, send your company name, company physical mailing address, CAGE code, and point of contact information (your name, phone number, and email address) to: Ms. Marie R. Burwell at rosemarie.burwell@navy.mil or fax to her attention at 301-757-5239. Please copy Ms. Lisa M. Maples at lisa.m.maples@navy.mil when emailing. 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 U. S. 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 has 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 US Export laws and regulations, the requested documents will be provided. The Contractor is responsible for the proper handling and disposal of documents. The Contractor shall return the CD-ROM to the government within two (2) weeks of the closing date of this announcement addressed to the Department of the Navy, Naval Air Systems Command, Building 2272, Room 155, Attention: Ms. Marie R. Burwell, AIR 2.3.4.1.2, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547.

This announcement is not a contract, a promise to contract, or a commitment of any kind on the part of the Government.

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 web page URL. All responses must be unclassified. The Government will not reimburse any preparation costs.

Comments, Clarifying Questions, and Responses:

Unclassified written comments, recommendations, and questions regarding the documents shall be submitted by 30 October 2016 to the following: rosemarie.burwell@navy.mil or fax to her attention at 301-757-5239, or to the Department of the Navy, Commander, Naval Air Systems Command, Building 2272, Room 155, Attention: Ms. Marie R. Burwell, AIR 2.3.4.1.2, 47123 Buse Road Unit IPT, Patuxent River, MD 20670-1547. Please copy Ms. Lisa M. Maples at lisa.m.maples@navy.mil when emailing. Questions shall be limited to matters not involving classified and/or business proprietary matters. At any time after receipt of comments/questions, the Government reserves the right to contact respondents for further clarification of the submittal. Contract award is anticipated in the 3QFY17 timeframe. Interested offerors are responsible for monitoring this site for the release of the solicitation package and any other pertinent information or amendments.

Overview

Response Deadline
Dec. 1, 2016, 4:00 p.m. EST Past Due
Posted
Sept. 30, 2016, 10:52 a.m. EDT (updated: Nov. 15, 2016, 10:53 a.m. EST)
Set Aside
None
Place of Performance
TBD USA
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
On 9/30/16 NAWC Aircraft Division issued Synopsis Solicitation N00019-16-R-3000 for Full Motion Video (FMV) RFP due 12/1/16. The opportunity was issued full & open with NAICS 336413 and PSC 16.
Primary Contact
Title
Contract Specialist
Name
Marie R. Burwell   Profile
Phone
(301) 757-9205
Fax
(301) 757-5239

Secondary Contact

Title
Contracting Officer
Name
Lisa M Maples   Profile
Phone
(301) 757-5277
Fax
301-757-5239

Documents

Posted documents for Synopsis Solicitation N00019-16-R-3000

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation N00019-16-R-3000

Award Notifications

Agency published notification of awards for Synopsis Solicitation N00019-16-R-3000

Contract Awards

Prime contracts awarded through Synopsis Solicitation N00019-16-R-3000

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation N00019-16-R-3000

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation N00019-16-R-3000

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. 16, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 16, 2016