Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
SOURCES SOUGHT

15 -- P-8A Inc 3 Block 1 Retrofit

Notice Date
11/7/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
N00019-16-RFPREQ-PMA-290-0821
 
Archive Date
12/7/2016
 
Point of Contact
Scott Segesdy, Phone: (301)757-5264
 
E-Mail Address
scott.segesdy@navy.mil
(scott.segesdy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) is seeking eligible business firms who are capable of performing time critical design, manufacturing and installs of Increment 3 Block 1 retrofit kits into the initial 81 P-8A aircraft based off the forward fit design already incorporated into P-8A production lot 8 aircraft. DISCLAIMER: This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. Program Background: The P-8A Poseidon Multi-Mission Aircraft (MMA) delivers capabilities through a series of three Increments; the P-8A Increment 3 effort is the third phase of this evolutionary acquisition program to replace the P-3C Orion. The Increment 3 program will be executed in two blocks of capabilities. For purposes of this sources sought, only the Increment 3 Block 1 capabilities are being discussed. Increment 3 Block 1 provides targeting and communications improvements with Net-Enabled Weapon (NEW) Key Performance Parameter (NR-KPP) compliance and all-weather, day/night, long-range, ASuW weapon with midcourse update capability. Additionally Block 1 will provide an Integrated Broadcast System receiver and filtering capability. All of the Increment 3 Block 1 systems are being procured through a series of existing contracts to support the acquisition of these capabilities and will be provided as Government Furnished Equipment (GFE). Required Tasking: This effort consists of time critical design, manufacturing and installs of Increment 3 Block 1 retrofit kits into the initial 81 P-8A aircraft based off the forward fit design already incorporated into P-8A production lot 8 aircraft. SUBMISSION DETAILS: Capability Statements submitted should be pertinent and specific in the technical approach required for completion of Increment 3 Block 1 aircraft retrofits, on each of the following qualifications: (1) Execution: (a) A description of approach for commencing the effort at the estimated award date in the 1st quarter of Government FY18 and completing in 4th Quarter FY21. (b) A description of approach for designing and developing the kits (in particluar, addressing the fact that the Government does not possess any related data developed by the OEM under the on-going System Requirements Review and Critical Design review Capability Integration efforts.) (2) Experience: An outline of previous projects, specific work previously performed similar to this effort. (3) Personnel: Professional qualifications and specific experience of Key Personnel (e.g. engineers(s), project manager(s), manufacturing(s), and Artisans (aircraft technicians)). (4) Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. 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 Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement 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 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 Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice 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 information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Scott Segesdy at scott.segesdy@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-RFPREQ-PMA-290-0821/listing.html)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN04322354-W 20161109/161107234643-4a3b3c41c6e72d5738c02cb51098e970 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.