The RFP Database
New business relationships start here

Cources Sought for M211, MJU-50, and MJU-51 Countermeasure Flares


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION

The U.S. Army Contracting Command - New Jersey is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the for the manufacture, assembly, inspection, testing, packaging, shipping and delivery of the M211, MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys.


The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.


DISCLAIMER


THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


PROGRAM BACKGROUND


The M211 Infrared Countermeasure Decoy, MJU-50A/B and MJU-51A/B Infrared Countermeasure Decoys are countermeasure used by US Army and Air Force aviation platforms to protect the aircraft from infrared homing missiles. The decoys are consumable items and the war reserve must be replenished as the stockpile is depleted. This procurement effort supports current military operations, war reserve requirements, training requirements and Foreign Military Sales (FMS).


REQUIRED CAPABILITIES


The Government requires M211, MJU-50A/B and MJU-51A/B Countermeasure Decoys provide U.S. aircraft protection against advanced air-to-air and surface-to-air infrared weapon systems as an effective solution against infrared seeking Man Portable Defense (MANPAD) missiles. Potential sources shall be capable of producing, manufacturing, assembling, inspecting, testing, packaging and shipping the M211 Infrared Countermeasure Decoys, MJU-50A/B and MJU-51/B Aircraft Flares in accordance with a Government Technical Data Package (TDP), drawings and performance specifications.


The Government-owned TDP, drawings and performance specifications are marked as Distribution Statement D (Distribution authorized to the Department of Defense and U.S. DoD contractors only.) The TDP, drawings and performance specifications contain technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) or Export Administration Act of 1979 (Title 50, U.S.C., Appt 2401 et seq), as amended. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230-25. The M211, MJU-50A/B and MJU-51A/B performance specification also contains a classified appendix.
All respondents to this market survey should show they have certification to receive export-controlled technical data (including drawings restricted by Distributions Statement D) and must have facility clearance to handle classified material.


Any interested parties who wish to request a copy of the TDP must provide a signed and approved DD form 2345 Military Critical Technologies Data Agreement. If an interested party is not based in the U.S., a copy of their approved Export License issued by the U.S. Department of State must be provided as well. After receipt of these documents, the Contract Specialist will provide an AMSTA-AR Form 1350 Technical Data Questionnaire and a completed and signed Non-Disclosure / Non-Use Agreement for completion. When all completed documents are received by the Contract Specialist, the TDP will be sent. Interested parties must mail / e-mail all signed and approved forms to:


United States Army Contracting Command - New Jersey
ACC-NJ-MC
Bldg. 10
ATTN: John C Scott
Picatinny Arsenal, Picatinny, NJ 07806-5000
john.c.scott158.civ@mail.mil


Destruction Notice Export-Controlled Technical Data: For classified documents, follow the procedures in DoD 5220.22-M, Industrial Security Manual, Section 11-19 or DoD 5200.1-R, Information Security Program Regulation, Chapter IX. For unclassified, limited documents, destroy by any method that will prevent disclosure of contents or reconstruction of the document.
SPECIAL REQUIREMENTS


Any resulting contract is anticipated to have a security classification level of Secret. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009.


ELIGIBILITY


The applicable NAICS code for this requirement is 325998 with a Small Business Size Standard of 500 (number of employees). The Product Service Code (PSC) is 1370.


SUBMISSION DETAILS


Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, John C. Scott, in either Microsoft Word or Portable Document Format (PDF), via email John.C.Scott158.civ@mail.mil by the due date of this Market Survey. The information must be submitted 15 calendar days from the date of this publication. If a formal Solicitation is generated at a later date, a separate Solicitation Notice will be published. No award will be made as a result of this Market Survey. All information is to be submitted at no cost or obligation to the Government. The information provided will not be returned. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via e-mail only. All responses shall reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.


If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, business size and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


 


John C. Scott, Contract Specialist, Phone 9737249061, Email john.c.scott158.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP