Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

58 -- P-8A Poseidon Sonobuoy Rotary Launcher Upgrades

Notice Date
1/24/2020 6:27:13 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-290-0079PS
 
Response Due
2/8/2020 8:59:00 PM
 
Archive Date
02/23/2020
 
Point of Contact
Cassandra N. Conley, Scott Segesdy
 
E-Mail Address
cassandra.orr@navy.mil, scott.segesdy@navy.mil
(cassandra.orr@navy.mil, scott.segesdy@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue a solicitation, negotiate, and award a contract, on an other than full and open basis under FAR 6.302, to L3Harris, Amityville, NY, for supplies and services in support of the upgrade of P-8A Poseidon Sonobuoy Rotary Launchers (SRLs). �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 NAVAIR intends to solicit a proposal, negotiate, and procure from L3Harris supplies and services in support of the upgrade of P-8A Poseidon SRLs.� More specifically, NAVAIR plans to procure:� (1) source data for a Technical Directive(s) in the form of engineering data and instructions for an Intermediate Level (I-Level) Government maintenance person to install/integrate a kit (fabricated by L3Harris) into an SRL (Part Number (PN) 2000770-8, 2000770-7, 2000770-6, and 2000770-5) to upgrade the SRL to the latest SRL configuration, PN 2000770-9; (2) validation and verification kits to upgrade SRLs [with an estimated completion date of 6-9 months after contract award]; (3) instructor-led classroom and on-site (Fleet Readiness Center Southeast (FRCSE) and Fleet Readiness Center Northwest (FRCNW)) training to I-level maintenance personnel to install/integrate kits into SRLs to upgrade those SRLs [with an estimated period of performance (PoP) of three to four weeks during Government Fiscal Year (FY) 2022; (4) the fabrication of approximately 178 SRL upgrade kits [estimated to be complete prior to the end of FY 2021]; (5) the upgrade of approximately 183 SRL Electronic Control Units (ECU) PN: 2000793-3 and 2000793-5 from the existing SRLs to ECU PN: 2000793-4 configuration [estimated to be complete by first quarter FY 2025]; and (6) the fabrication of two sets of unique support equipment used to validate that each SRL is operational prior to its upgrade and after its upgrade [estimated to be complete by first quarter FY 2025]. L3Harris is the Original Equipment Manufacturer (OEM) of the P-8A Poseidon SRL and the SRL support equipment.� L3Harris is the only source with the knowledge, expertise, facilities, equipment, qualified personnel, and technical data necessary to accomplish this effort.� Any interested party must have the knowledge, expertise, facilities, equipment, qualified personnel, and technical data necessary to accomplish this effort within schedule requirements.� Any interested party (respondent) may submit a Capability Statement within the required response time to demonstrate respondent�s ability to fulfill the Government�s requirements.� This synopsis is for informational purposes only. SUBMISSION DETAILS: Interested parties 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 shall 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 L3Harris is the OEM of the SRL and SRL support equipment, each interested party must include teaming agreement (or equivalent document) signed by L3Harris indicating that L3Harris agrees to partner with or be a subcontractor to the interested party for the contemplated procurement. (3) Execution: A description of the approach [technical and schedule] for fulfilling each of the 6 requirements described above. (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 Scott Segesdy at scott.segesdy@navy.mil and Cassandra Conley at cassandra.conley@navy.mil and. �Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Scott Segesdy and Cassandra Conley, will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9a428271267748be9300a75834f13217/view)
 
Record
SN05543289-F 20200126/200124230148 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.