Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2021 SAM #7023
SOURCES SOUGHT

69 -- Procurement of new and upgrade to existing F/A-18E/F and E/A18G aircrew and maintenance training systems and subsystems

Notice Date
2/18/2021 10:04:45 AM
 
Notice Type
Sources Sought
 
NAICS
333318 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N61340-19-D-0906
 
Response Due
2/28/2021 2:00:00 PM
 
Archive Date
03/15/2021
 
Point of Contact
Jessica Roach, Phone: 4073808112, Andrea Gordon Eubanks, Phone: 4073804389
 
E-Mail Address
jessica.roach@navy.mil, andrea.gordon@navy.mil
(jessica.roach@navy.mil, andrea.gordon@navy.mil)
 
Description
THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.� The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, in support of the F/A-18E/F and EA-18G Squadrons, PMA-265, PMA-205, Commander Naval Air Forces, and the Center for Naval Aviation Technical Training (CNATT), intends to award, on a sole source basis, a ceiling increase to an existing Indefinite Delivery Indefinite Quantity (IDIQ) contract, contract number N61430-19-D-0906, for the F/A-18E/F and EA-18G programs with The Boeing Company, Saint Louis, MO, under the authority of Federal Acquisition Regulation (FAR) 6.302-1, �Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.�� The expected period of performance is through 2023 and the anticipated overall value of the contract action is $120,000,000.� The subject efforts include, but are not limited to: Software Configuration Set (SCS) upgrades, visual upgrades, hardware, threat systems, fidelity enhancements, courseware and curriculum, additional devices, discrepancy report efforts and product support. Both the F/A-18E/F and the EA-18G aircrafts are still in production.� Boeing has been the sole designer, developer, manufacturer, and supplier of the F/A-18E/F and EA-18G aircraft and systems.� The training systems require concurrent incorporation of advanced and emerging technologies specific in design or application to the F/A-18E/F and EA-18G aircraft.� Boeing is the only contractor that can build and upgrade F/A-18E/F and EA-18G trainers concurrently with the changes being made to the aircraft; because only Boeing has access to the requisite aircraft design data, aircraft specific software and simulated models during the design/development of the aircraft.� Additionally, only Boeing possesses the unique and specialized engineering capability, resources, subject matter expertise, tooling, facilities, aerodynamic and structural appraisal of fatigue effects databases, manufacturing techniques, and technical data critical to satisfying the Government�s minimum requirements.� Furthermore, Boeing has the established supplier base, in addition to management, engineering and manufacturing processes. That are critical for the continued support of these requirements. This Sources Sought is not a request for competitive proposals.� It is a notice that outlines the Government�s intent to award the IDIQ contract ceiling increase on a sole-source basis with Boeing.� However, interested sources may identify their interest and capability to respond to the requirements.� Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.� In doing so, interested sources must submit detailed technical capabilities, ability to obtain F/A-18E/F and EA-18G aircrew and maintenance elements and simulation technical data, and any other information that demonstrates their ability to meet the needs of the Government.� Detailed capabilities must be submitted by email to Ms. Jessica Roach at Jessica.Roach@navy.mil and Ms. Andrea Gordon-Eubanks at Andrea.Gordon@navy.mil in an electronic format that is compatible with Word 2016, no later than 28 February 2021.� All other information shall be furnished at no cost or obligation to the Government.� Responses shall be limited to no more than TEN (10) pages.� 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.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� This sources sought notice is not to be considered a request for quotations or proposals.� No solicitation document is available.� No contract will be awarded on the basis of offers received in response to this notice, but will be used to determine if a comparable source is available and more advantageous to the Government.� If no affirmative written response is received, a sole source award for the procurement of new and upgrades to existing F/A-18E/F and EA-18G aircrew and maintenance training systems and sub-systems IDIQ will be pursued. This acquisition is being pursued on a sole source basis under statutory authority of 10 U.S.C. 2304(c)(1) as implemented by the Federal Acquisition Regulation (FAR) 6.302-1 (only one responsible source and no other supplies or services will satisfy agency requirements).� Matters pertaining to this notification may be directed to Ms. Jessica Roach at 407-380-8112 or via email at Jessica.Roach@navy.mil and/or Ms. Andrea Gordon-Eubanks at 407-380-4389 or via email at Andrea.Gordon@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7610b884f4a24f9db25960a5c03251bf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05920874-F 20210220/210218230115 (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.