SOURCES SOUGHT
15 -- Operational Loads Monitoring System (OLMS)
- Notice Date
- 2/23/2017
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- 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
- N0001917R0077
- Archive Date
- 3/25/2017
- Point of Contact
- EBES OLUMESE, Phone: 3017575247, James M. Smith, Phone: 301-757-5255
- E-Mail Address
-
EBES.OLUMESE@NAVY.MIL, james.m.smith@navy.mil
(EBES.OLUMESE@NAVY.MIL, james.m.smith@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR), P-8A Development Department (AIR-2.3.2.1), Patuxent River, MD is seeking eligible business firms who are capable of performing calibration, documentation, and a ground station capability for an Operational Loads Monitoring System (OLMS) installed on one P-8A RAAF aircraft. The Government will review industry responses to this sources sought synopsis in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or continue a sole source award to The Boeing Company of Seattle, WA. 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. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice. This announcement is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a request for proposal. Program 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, manufacturer of the P-8A and its sole integrator currently delivering aircraft under Full Rate Production (FRP) contracts. The Naval Air System Command (NAVAIR), Maritime Patrol and Reconnaissance Aircraft (MPRA) Program Office (PMA-290) P-8 Joint Project Office (JPO) and the Royal Australian Air Force (RAAF) P-8A Project Office (AIR7000 Ph2B) have been mutually executing the P-8 Cooperative Program since 2009 - currently under the Production, Sustainment, and Follow-On Development (PSFD MOU). The PSFD MOU supports the RAAF procurement of 12 P-8A aircraft (with deliveries starting early FY17 thru FY20 timeframe), with the latest configuration. The RAAF will also contribute to and participate in the cooperative life cycle support and common sustainment solution for the USN/RAAF fleets, and intend to further strengthen the partnership, by extending the current 10-year PSFD MOU to cover through life support requirements for both the U.S. and RAAF, currently programmed for 25 and 30-years respectively. The Cooperative Program is underpinned by the tenets of standardization and interoperability, including an emphasis on maximizing commonality between U.S. Navy (USN) and RAAF P-8 Weapon System. Required Tasking: The scope of the requirements includes those tasks required to conduct ground calibration and test flights to certify that the P-8A OLMS operates within required specifications, the collection of data required to update the P-8A maintenance and operations publications, and the development of a ground station component capable of handling the large data files associated with loads monitoring and analysis. This effort will also include supporting Government developmental and operational test as appropriate. SUBMISSION DETAILS: Capability Statements submitted should be pertinent and specific in the technical approach required for completion of OLMS calibration, on each of the following qualifications: (1) Facilities and Data: The OLMS will be installed on one Royal Australian Air Force (RAAF) aircraft and consist of the following components: •- Set of sensors (strain gages and accelerometers) installed on a P-8A airframe •- Onboard data recording system that interfaces with a new laptop to offload data Availability and description of, or the approach used to obtain special facilities and data that would be required to execute the OLMS calibration and comparison to known developmental flight test data in order to achieve specific tolerances for bending, shear, and torsion loads, while maintaining a consistent Integrated Logistics Support strategy and Engineering discipline of the P-8 baseline program. It is noted that the Government does not own any data developed by the OEM. Additionally, a description of the approach to develop the ground station capability to extract, process, and analyze the data from the P-8A aircraft. Include a statement regarding industrial security clearance. Also include any other specific and pertinent information as it pertains to this particular area of the procurement that would enhance consideration and evaluation of the capability statement. •(2) Execution: A description for approach for commencing the effort at the estimated award date in the 1st quarter of Government FY18 and completing in 3rd Quarter FY19. •(3) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development efforts along with data generated from an instrumented test aircraft and static test article currently used to estimate P-8A fatigue life. •(4) Personnel: Professional qualifications and specific experience of Key Personnel (e.g. program manager(s), project manager(s), lead engineer(s), Etc. 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 James Smith at James.M.smith@navy.mil and Ebes Olumes at ebes.olumese@navy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N0001917R0077/listing.html)
- Record
- SN04412215-W 20170225/170223234706-e90efa597756b4c63fce194c17ec8df3 (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 |