Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOURCES SOUGHT

70 -- AirFASE Data Software Query (ADSQ) Tool for P-8A

Notice Date
6/15/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
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-290-0614
 
Archive Date
7/18/2017
 
Point of Contact
Breanne N. Jilcott, Phone: 3017578039, Scott Segesdy, Phone: (301) 757-5264
 
E-Mail Address
breanne.jilcott@navy.mil, scott.segesdy@navy.mil
(breanne.jilcott@navy.mil, scott.segesdy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to procure approximately five AirFASE Data Software Query (ADSQ) tools and associated software licenses with delivery to occur within 30 days of contract award. Planned award is November/December 2017. 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. Background: Teledyne is the Original Equipment Manufacturer (OEM) of the AirFASE Data Software Query (ADSQ) tool. ADSQ is a software plugin to Teledyne's AirFASE software suite that enables rapid batch export of raw flight data captured by the Multi-Functional Data Acquisition Unit (MFDAU) into engineering useable units using user-defined filters and parameter sets. This tool significantly expedites the Navy's ability to batch convert/decode and export raw flight data into a useable format, where previously flights could only be exported on a single flight-by-flight basis. ADSQ is the only tool available to perform the batch export process for P-8A full flight data and provides access to over 5000 parameters. Access to the data is critical from a Propulsion and Power standpoint, where the data is utilized for mission analysis validation and risk analysis purposes. The data substantiates current life limits on life limited engine components and provides the basis for future life extension efforts, which will result in significant cost savings over engine total lifetime due to increased utilization and fewer premature removals and replacements of costly critical rotating components. SUBMISSION DETAILS: Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. 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. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Business: Due to the fact that Teledyne is the OEM of the ADSQ tool, each interested party (other than Teledyne) must include either (1) a teaming agreement (or equivalent document) signed by Teledyne indicating that Teledyne agrees to partner with or be a subcontractor to the interested party for the contemplated procurement; or (2) a document (e.g., purchase order) indicating the interested party's ability to procure from Teledyne the ADSQ tool. (2) Execution: A description of the approach for obtaining and delivering the ADSQ tool within 30 days after a planned November/December 2017 contract award. (3) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a Capability Statement/Proposal that merely mimics information in this Notice, provides brochure-like information, or provides general information. 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 no later than 15 calendar days after the posting 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 U.S. 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 Breanne Jilcott at breanne.jilcott@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Breanne Jilcott, will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-NORFP-PMA-290-0614/listing.html)
 
Record
SN04546120-W 20170617/170615235343-7e5fc2302f3efbbca380ef1d48f5facf (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.