SOLICITATION NOTICE
16 -- Upgrades and Repairs to P-8A Cockpit Voice Flight Data Recorders
- Notice Date
- 10/28/2019
- Notice Type
- Presolicitation
- 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
- N00019-20-RFPREQ-PMA-290-0153PS
- Archive Date
- 11/27/2019
- Point of Contact
- Cassandra N. Conley, Phone: 3017577078, Scott Segesdy, Phone: (301) 757-5264
- E-Mail Address
-
cassandra.orr@navy.mil, scott.segesdy@navy.mil
(cassandra.orr@navy.mil, scott.segesdy@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) intends to award a contract action to L3 Harris, Melbourne, FL, on an other than full and open basis for the procurement of the following in support of P-8A Poseidon aircraft: (1) the retrofit upgrade of approximately 56 Cockpit Voice Flight Data Recorders (CVFDR) with 30-day Underwater Locator Beacon (ULB) capability (P/N 2100-5083-51) to CVFDRs with 90-day ULB capability (P/N 2100-5283-51); and (2) repairs of up to approximately 56 CVFDRs. Contract action award is planned to occur during the second/third quarter of Government Fiscal Year (FY) 2020. A Sources Sought was posted on 11 October 2019. NAVAIR has initially determined that the effort shall be procured pursuant to 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements." L3 Harris is the only source with the requisite knowledge, experience, technical expertise, and technical data necessary to fulfill the requirements. 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 the Response Date indicated in 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) Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status. (2) Business: Due to the fact that L3 Harris is the OEM of the CVFDR, each interested party (other than L3 Harris) must include teaming agreement (or equivalent document) signed by L3 Harris indicating that L3 Harris agrees to partner with or be a subcontractor to the interested party for the contemplated procurements. (3) Execution: A description of the approach for obtaining, installing, and delivering the upgraded CVFDR with P/N 2100-5283-51. A description for the approach for accomplishing the CVFDR repairs. Due to the fact that L3 Harris is the OEM for the CVFDR each part must be from a L3 Harris approved source. (4) Any other specific and pertinent information 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. Classified material SHALL NOT be submitted. All submissions shall include this Notice's 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 shall 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. In order to complete its review, NAVAIR must be able to share a respondent's information within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. 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 Cassandra Conley at cassandra.orr@navy.mil and 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 Cassandra Orr and Scott Segesdy, will not be considered. This synopsis is for informational purposes only. This notice of intent is not a request for competitive proposals.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-20-RFPREQ-PMA-290-0153PS/listing.html)
- Record
- SN05484309-W 20191030/191028230620-9a4532e04b9db021708f05f91250d051 (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 |