SOURCES SOUGHT
70 -- E-2D Mission Computer Obsolescence Kit Spares
- Notice Date
- 12/12/2017
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134018R0042
- Response Due
- 12/18/2017
- Archive Date
- 1/2/2018
- Point of Contact
- Romy Roman-Conway 407-380-4049;Ricardo Elias 407-380-4101
- E-Mail Address
-
POC email
(romy.roman-conway@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the E-2D Mission Computer Spares effort to Raytheon (cage code 70SQ8) of Marlborough, MA under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. Raytheon is the Original Equipment Manufacturer (OEM) for the Mission Computer parts used in the E-2D tactics trainer devices and is the only source for the Mission Computer Obsolescence Kit to ensure the integrity of the training is not compromised. In order to comply with PGI 206.302-1 the Government is seeking information on the availability of potential comparable sources to provide E-2D Mission Computer Obsolescence Kits to the fleet. Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government. PLACE OF PERFORMANCE The E-2D Mission Computer Obsolescence Kit Spares effort will be delivered to the following location: 31 Lewis Avenue, Binghamton, NY 13905-1022 DISCLAIMER THIS SOURCE 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. PROGRAM BACKGROUND NAWCTSD is responsible for the acquisition, fielding, and life cycle support of the E-2D training system, which includes Operational Flight Trainers, Aircrew Procedures Trainers, Tactics Trainers, Courseware, and Instructor Classrooms. Ensuring the availability of a material spare support package after the trainer has been upgraded is critical to fulfilling E-2D supportability requirements. Ongoing market research performed by the Government supports there does not exist a commercially available item or non-developmental item to satisfy the Government ™s requirement. Raytheon designed these spare parts to aircraft specifications and remains as the Original Equipment Manufacturer (OEM) who can meet the form, fit, function requirements necessary for timely delivery. The E-2D Mission Computer Obsolescence Kit Spares contract involves the procurement of the following spare items: Part number H362981-920 in a quantity of four (4). Each kit contains the following: PART NUMBERNOMENCLATURE QUANTITY H363400-2Server and Bracket Assembly 1 H363015-7Environmental Controller Assembly1 H363018-5Resolver/Link 11 Assembly 1 H428699-7MOD SBC Assembly ID and UID Label 1 H363017-3Fiber/1553 Assembly 1 H363020-3Arinc/188 Assembly 1 H363025-3Scan Converter Assembly 1 H363022-3Digital Video Processor Assembly and DVI/USB cables 4 The anticipated award date is end of April 2018 with deliveries scheduled fifteen (15) months after contract award. REQUIRED CAPABILITIES The Government requires the requisite E-2D knowledge, experience, and technical expertise to continue production of the aircraft trainer peculiar part to meet the 2019 need date. SPECIAL REQUIREMENTS Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 225.7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies. ELIGIBILITY The applicable NAICS code for this requirement is 334111 (Electronic Computer Manufacturing). The Product Service Code (PSC) is 7050 (Automatic Data Processing (ADP) Components). SUBMISSION DETAILS 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 Raytheon. Interested sources shall submit their written technical capabilities to provide the kits outlined 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. Detailed written capabilities must be submitted by email to Ms. Romy Roman-Conway (romy.roman-conway@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than 1 PM Eastern Standard Time (EST) on Monday, 18 December 2017. 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. If no responses are received from this notice, a justification and approval for other than full and open competition in accordance with statutory authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1 will be pursued. If conducted as a sole source procurement, a separate updated synopsis will not follow since the intent of FAR 5.201 and 5.204 is met.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0042/listing.html)
- Place of Performance
- Address: 31 Lewis Avenue, Binghamton, NY
- Zip Code: 13905
- Zip Code: 13905
- Record
- SN04765150-W 20171214/171212231741-fb931fac4cd6fb80a86936a8e0d9e2e3 (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 |