Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

16 -- Sources Sought for Engineering, Modification, and Support of EDO P-8A Components

Notice Date
4/20/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
N00019-17-NORFP-PMA-290-0468
 
Archive Date
5/20/2017
 
Point of Contact
Scott Segesdy, Phone: (301)757-5264, Robin Wilson, Phone: 3017578981
 
E-Mail Address
scott.segesdy@navy.mil, robin.wilson3@navy.mil
(scott.segesdy@navy.mil, robin.wilson3@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft (MPRA) Program Office (PMA-290) is seeking sources to provide for specific EDO components on the P-8A aircraft: non-recurring engineering, reliability/sustainability improvements, test, repair and modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, and procurement of specific EDO components on the P-8A aircraft to include BRU-75, BRU-76, Torpedo Kits, Sonobuoy Rotary Launchers (SRL), Sonobuoy Single Launchers (SSL), Aft Pneumatic Source (APS) and other specialized components within these systems. 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0 Background The P-8A aircraft configuration includes multiple components manufactured by EDO Corporation. For improved affordability and reliability, the P-8A Program is seeking to establish a Basic Ordering Agreement (BOA) to contract directly with EDO. Tasking will consist of non-recurring engineering, reliability/ sustainability improvements, test, repair and modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, and procurement of specific EDO components on the P-8A aircraft to include BRU-75, BRU-76, Torpedo Kits, SRLs, SSLs, APSs and other specialized components within these systems. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. The Government possesses only limited technical data rights to these components. Respondents will need to provide component licensing agreements that clearly demonstrate their ability to obtain access to technical and engineering source data/resources needed to fulfill the requirement herein. 4.0 Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0 Requested Information Interested parties must submit an UNCLASSIFIED capability statement. Each capability statement shall include at a minimum: 1. Approach and Experience: Description of the Contractor's approach and experience with performing the following tasks relevant to EDO P-8A components. Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. a. Development, manufacture, and modification and testing of EDO P-8A components (and/or associated software and firmware)); b. Non-recurring engineering and logistics efforts in support of repair and modification of EDO P-8A components, development of technical data, training of FRC artisans, and delivery of support equipment and components for validation and verification; c. Procurement of EDO components and/or associated hardware, software, and firmware, to be provided as GFE to the P-8A production line, P-8A mod/retrofit lines or trainers, including spare or repair parts; d. Obsolescence management efforts including but not limited to obsolescence trade studies, obsolescence component testing and bridge buys or Life-of-Type buys; e. Support to in-service operational and test P-8A aircraft; f. Engineering investigations, service life assessment support, and service life extension support and studies. 2. Component Licensing Agreement: A component licensing agreement signed by EDO that clearly demonstrates the party's ability to obtain from EDO access to technical and engineering source data/resources associated with EDO P-8A components. 3. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. 4. Security: Statement regarding capability to obtain the required industrial security clearances for personnel. Statement regarding ability to meet the requirements in the Facility and Safeguarding requirements relevant to classified information. 5. Company profile: Include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company's ability to perform at least 50% of the tasking herein described. 6. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. 6.0 Responses Data Markings. In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Responses to this Notice shall be sent via e-mail to the contract specialist and contracting officer listed on this Notice. Submissions must be received by the contract specialist and contracting officer listed on this Notice no later than 15 calendar days after the date of this Notice. Page Limit, Language, and Unclassified: Each submission shall not exceed 20 pages. It must be in English. Classified information or material SHALL NOT be submitted. Questions regarding this sources sought must be emailed to the contract specialist and contracting officer listed on this Notice. Please do not inquire via telephone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-NORFP-PMA-290-0468/listing.html)
 
Record
SN04479129-W 20170422/170420234800-0a005d46cb905a020aacd783a84936ea (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  © 1994-2020, Loren Data Corp.