Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

15 -- TechSAT PDL MK III Validation for FADEC3 on P-8 CFM56-7B27A/3 and -7B27AE

Notice Date
1/18/2018
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-18-RFPREQ-PMA-290-0286
 
Archive Date
2/17/2018
 
Point of Contact
Magdalena Guerra, , Scott Segesdy,
 
E-Mail Address
magdalena.guerra@navy.mil, scott.segesdy@navy.mil
(magdalena.guerra@navy.mil, scott.segesdy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to procure engineering services to assess BAE Systems (BAE) Software (S/W) load onto BAE Full Authority Digital Engine Control (FADEC3) using the TechSAT Portable Data Loader (PDL) MK III. Planned contract award is October 2018. 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: CFM56 FADEC3 units are S/W loadable via ARINC 615 Protocol. NAVAIR intends to evaluate the TechSAT PDL MK III for compatibility and uploading FADEC3 S/W. The contemplated contract action will encompass technical design review, detailed test and analysis, summary report, and recommendations. 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 addressing each of the following qualifications: (1) Business: Due to the fact that FADEC3 has been developed, manufactured, and supported by BAE, each interested party (other than BAE) must include either (1) a teaming agreement (or equivalent document) signed by BAE indicating that BAE 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 the engineering services from BAE. (2) Technical: Describe/demonstrate that the interested party has access to BAE proprietary design data, in-depth technical understanding and insight of FADEC3 design including interfaces with ARINC 615 protocols and related specifications. Additionally, the capability statement needs to demonstrate that the interested party has all necessary FADEC3 S/W, H/W, and related resources to support the evaluation, as well as process definition to execute the tasking required. For capability statement purposes only, interested parties may assume that NAVAIR will provide a P-8 Maintenance Laptop Set with the TechSAT PDL MK III. (3) Execution: Describe the approach (including description of resources and processes) for completing the requirements described within this Notice within 30 days after contract award. (4) Experience: Describe the interested party's experience specific to FADEC3 PDLs and TechSAT PDLs. (5) Personnel: Describe key personnel's working knowledge of FADEC3 S/W, H/W, and control interfaces. 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 10 pages in length on 8.5 x 11 inch paper with one inch margins with font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Excel with executable formulas where applicable to include 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 Scott Segesdy at scott.segesdy@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Scott Segesdy will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-18-RFPREQ-PMA-290-0286/listing.html)
 
Record
SN04793081-W 20180120/180118231218-6c71d6852164f38f78b4e72ec899ccb1 (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.