SOURCES SOUGHT
16 -- P-8A Poseidon Oxygen components - P-8A Oxygen Systems RFI
- Notice Date
- 3/15/2017
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-17-RFI-0171
- Archive Date
- 4/15/2017
- Point of Contact
- Stefanie Applegate, Phone: 7323237395
- E-Mail Address
-
stefanie.applegate@navy.mil
(stefanie.applegate@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- P-8A Oxygen System Requirements INTRODUCTION: Naval Air Systems Command (NAVAIR), Maritime, Patrol, and Reconnaissance Aircraft (PMA-290), announces its intention to procure, on a sole source basis, to provide P-8A Poseidon Oxygen components and associated installation kits to support a maximum of one hundred twenty three (123) new production P-8A aircraft, from Avox Systems Inc.; 225 Erie Street, Lancaster, NY 14086-1442. Sole source authority is provided under 10 USC 2304(c)(1) as implemented by FAR 6.302-1. The P-8A Program is an International Cooperative Program between the United States Department of Defense (DoD) and the Australian Department of Defense (ADoD), Royal Australian Air Force (RAAF). As such, aircraft and training devices have been procured in support of the ADoD's transition to the P-8A platform. The United States Navy (USN) and RAAF are in the process of replacing the Maritime and Reconnaissance P-3C "Orion" aircraft (P-3C) with the Multi-mission Maritime Aircraft P-8A "Poseidon" (P-8A). In order to meet potential consecutively linked Fleet requirements, engineering and repair requirements may be included as options to support P-8A Operational Flight Trainers (OFTs), Weapons Tactics Trainers (WTTs), test related System Development Demonstration (SDD), Quick Reaction Capability (QRC), Advanced Airborne Sensor (AAS) and retrofit efforts. The Oxygen components are provided as Government Furnished Equipment (GFE) to the P-8A's Prime Contractor, The Boeing Company (Boeing). Oxygen components required for this effort are provided in the table in the attached document. 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. Contract Assumptions The following are ground rules relative to this acquisition estimate. Contract Award -July 2018 Contract type - Indefinite Delivery/Indefinite Quantity (IDIQ) Delivery- First Delivery NLT 01 DEC 2018 ELIGIBILITY The applicable NAICS code for this requirement is 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing). The Federal Supply Code is 1680. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government's intent to contract on a sole source basis with Avox Systems, Inc. Interested sources shall submit their written technical capabilities to provide the products described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2010. This documentation must address at a minimum the following items: 1.) Specifically describe how your company will meet the requirement and delivery date while also complying with FAR 52,215-23, Limitations on Pass-Through Charges. 2.) Provide all documentation that summarizes prior qualification testing to include, if any, live fire test and evaluation (LFT&E) results to ensure all P-8A safety requirements are met. If no prior LFT&E qualification testing has been completed, list potential costs and proposed schedule required to repeat LFT&E qualification testing to ensure all products would meet P-8A safety requirements. 3.) Respondents will need to obtain access to technical and engineering source data, to include authorizations to use patents and manufacturing processes needed to fulfill the requirement herein. 4.) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE code, and DUNS number. 5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Detailed written capabilities shall be electronically submitted to the Contract Specialist, Stefanie Applegate, at stefanie.applegate@navy.mil, no later than 31 March 2017 Eastern Daylight Time (EDT). All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0171/listing.html)
- Record
- SN04436175-W 20170317/170315234838-30ce5bd7ede56ca2e1858b63f246b274 (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 |