Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

70 -- AirFASE Licenses and Software Support

Notice Date
1/13/2020 6:40:40 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541 — Professional, Scientific, and Technical Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-290-0719PS
 
Response Due
1/27/2020 9:00:00 PM
 
Archive Date
02/12/2020
 
Point of Contact
Shantora Bennett, Scott Segesdy
 
E-Mail Address
shantora.l.bennett1@navy.mil, scott.segesdy@navy.mil
(shantora.l.bennett1@navy.mil, scott.segesdy@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to award a Firm Fixed Price (FFP) contract on an other than full and open basis to Teledyne Controls, El Segundo, CA, for approximately eight AirFASE (Flight Analysis and Safety Explorer) software licenses with a planned delivery date of 30-60 days after contract award and software support of approximately thirteen AirFASE and ADSQ Licenses for 5 years. The contract is planned to be awarded in the fourth quarter of Government Fiscal Year 2020. DISCLAIMER: This Notice is issued in accordance with FAR 5.204. 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 Teledyne is the Original Equipment Manufacturer (OEM) of the AirFASE Software tool. ADSQ (AirFASE Data Software Query) allows batch export of parametric data from processed flights and stores them as individual CSV (comma separated value) files. The AirFASE software suite enables parsing, analysis and export of raw flight data captured by the Multi-Functional Data Acquisition Unit (MFDAU) into engineering useable units using user-defined filters and parameter sets. AirFASE is the only tool available to perform this process for P-8A full flight data and provides access to over 5000 parameters. Access to the data is critical from a Propulsion and Power standpoint, as the data is utilized for mission analysis validation and risk analysis purposes. Teledyne is also the OEM of the Multi-Function Data Acquisition Unit (MFDAU), which captures the flight data used by AirFASE�.� No other tool exists that can be used with the proprietary software Teledyne installs on the MFDAU.� The Government possesses neither the technical data nor the computer software to enable a source, other than Teledyne, to meet the requirements. 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 not later than the Response Date indicated in this Notice will be considered by the Government. A determination by the Government not to compete the 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 Teledyne is the OEM of the AirFASE software, each interested party (other than Teledyne) must include teaming agreement (or equivalent document) signed by Teledyne indicating that Teledyne 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 and delivering the AirFASE Software within 30 days after contract award. A description of the approach for providing software support. (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 with proper data markings for unclassified and proprietary information. 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 Shantora Bennett at shantora.l.bennett1@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 Shantora Bennett and Scott Segesdy, will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b27201e8e5794f15a6ac785590df29c2/view)
 
Record
SN05533464-F 20200115/200113230302 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.