SOURCES SOUGHT
R -- P8-A Product Support and Site Activation
- Notice Date
- 8/11/2016
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-16-R-0076
- Archive Date
- 9/9/2016
- Point of Contact
- Senequa R. Rivers, Phone: 3017571903, Rodney Flowers, Phone: 301-757-5225
- E-Mail Address
-
senequa.rivers@navy.mil, rodney.flowers@navy.mil
(senequa.rivers@navy.mil, rodney.flowers@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought Concurrence NOTICE INFORMATION Agency/Office: Naval Air Systems Command Location: NAVAIR HQ NAICS Code: 541690 Classification Code: R706 THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. In accordance with FAR 5.204(c), Naval Air Systems Command (NAVAIR), P-8A Program Office (PMA-290) is seeking information from industry for Product Support and Site Activation of P-8A Aircraft for United States Navy and Royal Australian Air Force. The period of performance of this effort is anticipated from January 2018 through December 2022. Any information submitted should address the ability to procure supplies and services to support US Navy (USN) and Royal Australian Air Force (RAAF) P-8A aircraft. The resulting Contractor shall be required to provide the technical, logistics, and management efforts necessary to direct, control, and implement the integrated logistics products and site activation activities. The resulting Contractor shall establish and maintain Integrated Product Support program management to ensure an integrated systems engineering approach for the P-8A platform, and participate in and contribute to activities that promote system commonality between the air vehicle, propulsion and power, mission systems, training systems, and the product support system. The resulting Contractor shall be required to provide technical expertise in Diminishing Manufacturing Sources and Material Shortages (DMSMS), Reliability and Maintainability (R&M), Maintenance Planning (MP), and Logistics Supportability Analysis, (LSA). Additionally, the resulting Contractor shall provide site activation support of planned and emergent locations worldwide, to include: (1) Support Equipment (SE) management and repair of all P-8A Unique Commercial Common and P-8A Peculiar SE, (2) Site Activation Representatives (SAR) and (3) Site Activation Support Team (SAST) personnel to support the activation of P-8A operations and transition of Navy squadrons from P-3 to P-8A. The SAR personnel shall possess specialized knowledge, experience and skills and have access to information covering all aspects of the P-8A and its mission systems. The SAST personnel shall consist of at least 1 shift lead with an Airframe & Power plant (A&P) license, and all remaining personnel shall have either an A&P license or extensive military experience equivalent to an A&P license and working knowledge of maintenance conducted in accordance with the COMNAVAIRFORINST 4790.2 series. The resulting Contractor shall also provide engineering services that shall include technical assistance and liaison support to the USN Fleet Support Team (FST) and Contractor engineering personnel. This technical support shall include (1) providing guidance for Hazardous Material Report (HMR)/Engineering Investigation (EI) as requested by FST, (2) rendering technical assistance to resolve difficult and unusual aircraft system anomalies, (3) providing analysis and recommendations of aircraft system anomalies, (4) providing System BIT/Diagnostics support, (5) providing aircraft structural analysis & repair recommendations, and (6) providing production Service Action (SA) evaluation and recommendations. Support services will take place in Jacksonville, FL; Whidbey NAS, WA; Kadena, Japan; Sigonella, Italy; Kaneohe, HI; Adelaide, Australia; Patuxent River, MD, and other sites as needed. In addition to, the Contractor shall, when required and pending written authorization by the Government, provide support to any Main Operating Base (MOB), Primary Deployment Site (PDS) or detachment locationS. The planned period of performance is January 2018 through December 2022. Background: On 14 June 2004, The Boeing Company (Boeing) was awarded the P-8A System Development and Demonstration Contract N00019-04-C-3146 under a best value limited competition. The P-8A weapons system consists of a basic 737-800 ERX air vehicle modified to meet Navy requirements, to include systems and subsystems for avionics, communications, mission, and weapon capabilities. Boeing is the original designer, developer, and manufacturer of the P-8A and its sole integrator. Currently, the Government does not possess nor have unlimited rights to all the necessary data developed by the Original Equipment Manufacturers (OEM) for the P-8A platform and its mission systems. Any interested party must have the knowledge, expertise, facilities, and qualified personnel necessary to accomplish this effort within schedule requirements. The requested information will be used to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and knowledge required to support the above requirement. Because the Government does not possess all the proprietary engineering data required to perform a complete assessment, respondents will need to address evidence of the ability to enter into agreement with The Boeing Company, that will allow access to any data required to fulfill the requirements set forth above as well as the ability to seek FAA certification for recommended repairs. This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities. 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 10 point Times New Roman. A double-sided page will be considered one page for the purpose of counting the 5 page limit. Responses may include multiple concepts. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the material submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. 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. Responses 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. The Government is under no obligation to provide responses or comments to the capability statement packages, but may request additional information following review. 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. Responses shall be sent via e-mail to both of the following: Contract Specialist Senequa R. Rivers senequa.rivers@navy.mil Rodney C. Flowers NAVAIR Contracting Officer rodney.flowers@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-16-R-0076/listing.html)
- Record
- SN04220041-W 20160813/160811235301-0e44fe6a4236f59dffdd541bfef8bbb2 (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 |