SOURCES SOUGHT
58 -- Royal Australian Air Force (RAAF) Advanced Targeting Forward Looking InfraRed (ATFLIR) Pod Flight Qualification Testing on AEA-18G Aircraft
- Notice Date
- 6/14/2016
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-15-G-0003-0007
- Archive Date
- 6/21/2016
- Point of Contact
- Hayden T. Hammett, Phone: 3017571263, Leann M. Warner, Phone: 301-342-5030
- E-Mail Address
-
hayden.hammett@navy.mil, leann.warner@navy.mil
(hayden.hammett@navy.mil, leann.warner@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the supplies and/or services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Companies interested in subcontracting opportunities should contact Christine Weiss at 972-205-4993 or email sas.supplier.diversity@raytheon.com. INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to procure Royal Australian Air Force (RAAF) AEA-18G flight testing support, on a sole-source basis, under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements" via a cost plus fixed fee delivery order, 0007, under Basic Ordering Agreement N00019-15-G-0003. The requirements for F/A-18 and AEA-18G Advanced Targeting Forward Looking Infrared (ATFLIR) pods for the United States Navy and Foreign Military Sales (FMS) programs are currently being performed by The Raytheon Company (Raytheon), of McKinney, Texas. Raytheon is the sole designer, developer, and original equipment manufacturer, with the intricate knowledge of the ATFLIR systems installed aboard the F/A-18 and AEA-18G weapon systems. PROGRAM BACKGROUND NAVAIR has procured ATFLIR pods from Raytheon for the RAAF. NAVAIR, on behalf of the RAAF, require Raytheon, as the Original Equipment Manufacturer, to provide support to qualify the ATFLIR pods for use on the AEA-18G aircraft. Raytheon has already performed this task previously for the initial qualification of the ATFLIR on the USN F/A-18E/F. REQUIRED CAPABILITIES Supplies and/or services to be procured under this delivery order may include the following: AEA-18G Flight Testing; to include the outfit/instrumentation of a RAAF ATFLIR pod with sensors to extremely delicate components within the pod and route through various electro-mechanical components to an exit, submission of the Interface Control Documentation, support of nine (9) Flight Tests, data analysis, removal of POD sensors, and submission of data items. INCUMBENT This is a follow-on requirement. The incumbent contractor is: Raytheon Company of McKinney, Texas. SUBMISSION DETAILS Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein; Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein. The capability statement package shall be sent by mail to NAVAIR Contracts, Attn: Hayden T. Hammett, Code 2.2.3.6.3, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to hayden.hammett@navy.mil. Submissions must be received at the office cited no later than 5:00 p.m. Eastern Standard Time on 20 June 2016. Questions or comments regarding this notice may be addressed to Hayden Hammett at (301) 757-1263 or via email at hayden.hammett@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-G-0003-0007/listing.html)
- Place of Performance
- Address: 2501 West University, M/S 8024, McKinney, Texas, 57070, United States
- Zip Code: 57070
- Zip Code: 57070
- Record
- SN04149490-W 20160616/160614235215-1dcf85dee59c41c88fc46b43cce6e8b7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |