Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOURCES SOUGHT

69 -- Sole Source Intent Notification - EA-18G Tactical Operational Flight Trainers (TOFTs)

Notice Date
5/8/2017
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134017R0077
 
Response Due
5/24/2017
 
Archive Date
6/8/2017
 
Point of Contact
Jessica Roach, Jessica.roach@navy.mil, 407-380-8112
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando intends to sole source the acquisition of hardware for two (2) EA-18G Tactical Operational Flight Trainers (TOFTs), Device 2F201, for System Configuration Set/Operational Flight Program (SCS/OFP) software development to Boeing Defense Space and Security, Training Systems and Government Services (Boeing), St. Louis, MO. Boeing provided hardware and software for design, engineering, simulations, and operational evaluation that were used in the development of the EA-18G aircraft and Boeing created the requisite design data, aircraft specific software, and simulated models. These modified subsystem models are used to develop and test not only the SCS/OFP, but each SCS/OFPs ™ associated sensor models, and are essential to the continued development and support of the EA-18G aircraft and training systems. Only Boeing possesses the unique capabilities to integrate the EA-18G TOFT hardware with the associated EA-18G TOFT software. The EA-18G unique equipment includes the crew station, Simulated Joint Helmet Cueing System (SJHMCS), Advanced Mission Computer (AMC) Emulator, Reference Standby Display (RSD), and EA-18G aircraft common hardware such as the throttle quadrant, stick grip and controllers. Award to any other contractor would result in substantial duplication of costs to the Government that would not be recovered through competition and would create unacceptable delays in fulfilling F/A-18E/F and EA-18G mission training requirements. This is a notice that outlines the Government ™s intent to contract on a sole source basis with Boeing. However, interested sources may identify their interest and capability to respond to the requirements. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. In doing so, interested sources must submit detailed technical capabilities, ability to obtain EA-18G aircraft elements and simulation technical data, and any other information that demonstrates their ability to meet the needs of the Government. Detailed capabilities must be submitted by email to Ms. Jessica Roach (Jessica.Roach@navy.mil) in an electronic format that is compatible with Word 2010, no later than 24 May 2017. All information shall be furnished at no cost or obligation to the Government. Responses shall be limited to no more than TEN (10) pages. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This synopsis is not to be considered a request for quotations or proposals. No solicitation document is available. No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government. If no affirmative written response is received, the Contract for the EA-18G TOFT hardware will be awarded without further notice prior to award. This acquisition is being pursued on a sole source basis under statutory authority of 10 USC(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements). Small businesses can inquire with Mr. Varick Williams, Boeing Small Business Liaison Officer, via email at varick.d.williams@boeing.com or via telephone at (714) 896-5836 for possible subcontracting opportunities. Small businesses interested in subcontracting/supplier opportunities for this effort are also encouraged to notify the Government point of contact identified below as well as the NAWCTSD Small Business Deputy at leslie.faircloth@navy.mil. Matters pertaining to this notification may be directed to Jessica Roach at 407-380-8112 or via email at Jessica.Roach@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0077/listing.html)
 
Record
SN04499652-W 20170510/170508234553-689c1fbf3221259ffe8fb472da858fb4 (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.