Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOURCES SOUGHT

16 -- F/A-18E/F & EA-18G Multpurpose Color Display Redesign (MPCDR) Opertational Test Program Set (OTPS)

Notice Date
7/20/2017
 
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
FA-18E_F_and_EA-18G_Operational_Test_Program_Set_(OTPS)
 
Archive Date
8/19/2017
 
Point of Contact
Janice O. Boynton, Phone: 301-757-5220, Benjamin J. Hansford, Phone: 301-737-7037
 
E-Mail Address
janice.boynton@navy.mil, benjamin.hansford@navy.mil
(janice.boynton@navy.mil, benjamin.hansford@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to modify the Operational Test Program Set (OTPS) used for troubleshooting and post maintenance testing of the F/A-18 Type/Model/Series (T/M/S) aircraft Multipurpose Color Display Redesign (MPCDR) displays on the US Navy Consolidated Automated Support System (CASS) and Electronic CASS (eCASS). The Boeing Company is the aircraft manufacturer of the F/A-18, performed the integration engineering of the MPCDR into the F/A-18, developed the original MPCDR OTPS for the US Navy CASS and eCASS, and as such possesses the requisite technical data, knowledge, and special skills regarding the MPCDR design and operation to meet the Navy's requirements. The contractor shall be responsible for obtaining, from The Boeing Company, all manufacturing drawings and proprietary specification data necessary to support the MPCDR OTPS modification to the US Navy CASS and eCASS. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent's ability to meet the requirements as specified herein, including the delivery schedule requirements. The Government is interested in receiving vendors' commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 3:30 PM EST, 4 August 2017. Responses shall be submitted electronically to the designated Contract Specialist, Janice Boynton, in Microsoft Word format or Portable Document Format (PDF) at the following email address: janice.boynton@navy.mil. Please submit any questions regarding this synopsis to Janice Boynton via e-mail to janice.boynton@navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/FA-18E_F_and_EA-18G_Operational_Test_Program_Set_(OTPS)/listing.html)
 
Record
SN04588738-W 20170722/170720235518-02f909b6963b74b0d32529e16143eb11 (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.