Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2021 SAM #7067
SOURCES SOUGHT

17 -- AAG Software Build

Notice Date
4/5/2021 12:19:00 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
PMA251FY21SOFTWARE
 
Response Due
4/20/2021 2:00:00 PM
 
Archive Date
05/05/2021
 
Point of Contact
Regina M Ford, Phone: 3017577046, Michele J. Estep, Phone: 3017577105
 
E-Mail Address
regina.ford@navy.mil, michele.estep@navy.mil
(regina.ford@navy.mil, michele.estep@navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR) and PMA 251 Aircraft Launching and Recovery Equipment Patuxent River, MD are seeking to determine the availability and technical capability of businesses (including the following subsets: HUBZone; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, Woman-Owned Small Businesses) to provide the required products or services. This Sources Sought is for the correction of software deficiencies identified to improve operator awareness and system availability for CVN 78 deployment period on current and future hulls. CONTRACT BACKGROUND The Advanced Arresting Gear (AAG) system provides the U.S. Navy with an ability to recover current and projected future carrier based aircraft with an Increased Sortie Recovery Rate, reduced Manpower and total operating cost objectives. During the program's System Development and Demonstration (SDD) phase, multiple suites of AAG system software were developed and tested; incrementally improving AAG software system integration, operational performance functionality and operator interfaces. The final version of AAG software released during the SDD phase was Version 2.0.0.0 (Revision J2). This scope of work is for the next planned post-SDD AAG software suite release. The Block A21/ software release is intended to correct known deficiencies and bugs needed to help improve operator awareness and enhance system availability for Ford Class Aircraft Carrier Nuclear Powered Ships (CVN). REQUIRED CAPABILITIES The prospective contract will be for the design, development, documentation, integration and testing of all issues identified by the Government in the Advanced Arresting Gear (AAG) software. The Contractor will provide facilities, labor, material, and arrange for outside services, as required, to deliver to the software in two builds; the first as an engineering release to be integrated at Lakehurst AAG land based test sites; the second build as a general release for shipboard installations.� NAVAIR anticipates a Fixed Price Type contract to award in Fiscal Year 2021 with a total performance period of 24 months. SPECIAL REQUIREMENTS It is desired that interested firms are International Organization for Standardization (ISO) 9000/1400 or AS9100 (preferable) compliant or certified. DISCLAIMER THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� This Sources Sought is for �information and planning purposes only� and is issued in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. Furthermore, no solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought or any follow-on information requests, and responses to this notice cannot be accepted as offers. Acknowledgements of receipt will not be made. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this Sources Sought that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This Sources Sought is the initiation of market research under Part 10 of the FAR, and is not a Request for Proposals (RFP). However, information from vendor responses may be used in formulating requirements for an RFP. ELIGIBILITY The applicable NAICS code for this requirement is 336413. The Product Service Code is 1710. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) It is requested that interested firms submit a brief to NAVAIR contracts (AIR 2.2.2.3), to include a capabilities statement package of no more than 10 pages in length, single spaced, 12 point font minimum, demonstrating capabilities in response to the NAVAIR requirements listed above.� The brief must address the following information at a minimum:� (1) prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, a point of contact for the Government with current telephone number, a brief description of how the contract referenced relates to the requirements described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the requirement; and (4) any Government Furnished Property (GFP) required to perform this effort, technical data/drawings, and/or Government Furnished Information (GFI), to successfully perform the requirements.� The capability statement package shall be sent by mail to AIR 2.2 Contracts, Code 2.2.2.3.1 Regina Ford, 47123 Buse Road, Building 2272, Suite 453, Naval Air Systems Command, Patuxent River, MD 20670.� The response may also be sent via email to Regina.Ford@navy.mil.� Submissions must be received no later than 5:00 p.m. Eastern Time on 20 April 2021.� Questions or comments regarding this notice may be addressed to Regina Ford at 301-757-7046/Regina.Ford@navy.mil or Michele Estep at 301-757-7105/Michele.Estep@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/76fdc193b8964ce7a232a11a34e1a679/view)
 
Place of Performance
Address: Lakehurst, NJ 08733, USA
Zip Code: 08733
Country: USA
 
Record
SN05962920-F 20210407/210405230103 (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.