Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

15 -- F/A-18E/F and EA-18G SLAP/SLEP for USN and RAAF

Notice Date
7/11/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
N00019-18-R-0083
 
Archive Date
8/10/2018
 
Point of Contact
Stephen Andrew Whittaker, Phone: 3017577082, Bret Middleton, Phone: 3017577136
 
E-Mail Address
stephen.whittaker@navy.mil, Bret.Middleton@navy.mil
(stephen.whittaker@navy.mil, Bret.Middleton@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, PMA-265 (F/A-18 and EA-18G Program Office), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to successfully execute the U.S. Navy (USN) and Royal Australian Air Force (RAAF) F/A-18E/F and EA-18G Service Life Assessment Program/Service Life Extension Program (SLAP/SLEP). The SLAP/SLEP encompasses a series of phases intended to define the deficient locations and necessary actions to extend the service-life of the USN F/A-18E/F and EA-18G aircraft as well as the RAAF variant of the EA-18G aircraft. Supplies and services under the SLAP/SLEP program are critical to achieving Chief of Naval Operations strike fighter inventory goals and to extending the service life of the USN and RAAF fleet of aircraft. During SLAP/SLEP, the airframe structures and flight controls and subsystems will be the areas of focus. Efforts will include multiple fleet teardowns, a combination of extension plans, and flight control surface evaluation. The purpose of these efforts is to provide the engineering services required for life extension modifications and other risk mitigation measures needed to ensure safety of flight. These requirements consist of: non-recurring engineering for engineering change proposals; incorporation of airframe and accessory changes; and replacement, inspections, and/or incorporation of fatigue algorithms into the existing Structural Appraisal of Fatigue Effects database; along with program management support. The contractor shall be responsible for obtaining all manufacturing drawings and proprietary specification data necessary to support the aircraft from The Boeing Company. 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 sources sought. 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 ability to meet a required delivery schedule of 24 months from an awarded contract. 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, 20 July 2018. Responses shall be submitted electronically to the designated Contract Specialist, Stephen Whittaker, in Microsoft Word format or Portable Document Format (PDF) at the following email address: Stephen.whittaker@navy.mil Please submit any questions regarding this synopsis to Stephen Whittaker via e-mail to stephen.whittaker@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/N00019-18-R-0083/listing.html)
 
Place of Performance
Address: Saint Louis, Missouri, United States
 
Record
SN04987973-W 20180713/180711231422-e27f254912d996ac336a1b469f663754 (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.