Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2021 SAM #7112
SOLICITATION NOTICE

15 -- P-8A Retrofit Incorporation of ECP to Eliminate DBFPS Wiring Interference with Structure

Notice Date
5/20/2021 4:30:26 AM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-RFPREQ-APM290-0904PS
 
Response Due
6/4/2021 9:00:00 AM
 
Archive Date
06/19/2021
 
Point of Contact
Scott Segesdy, Margarette Wolfe
 
E-Mail Address
scott.segesdy@navy.mil, margarette.wolfe@navy.mil
(scott.segesdy@navy.mil, margarette.wolfe@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 The Boeing Company (Boeing), Seattle, WA for the procurement of (1) Non-Recurring Effort (NRE) to develop and implement a retrofit engineering change proposal (ECP) to eliminate Dry Bay Fire Protection System interference with the aircraft structure to include developing a retrofit kit, the Technical Directive(s) (TD(s)) and associated Installation Data Package(s) (IDPs) for the retrofit installation/incorporation of the kit, and the validation and/or verification of the kit, TD(s) and IDP(s); (2) the fabrication of approximately 122 retrofit kits; and (3) the installation/incorporation of said kits into P-8A aircraft of the U.S. Navy (USN), United Kingdom, and Royal Australian Air Force. The contract action is planned to be awarded in the first quarter of the Government Fiscal Year 2022 (Q1FY22) with the effort completed in approximately 3 years after award. 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 Governments 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. SOLE SOURCE REASON The P-8A Poseidon Original Equipment Manufacturer (OEM), Boeing, is the only source that has the knowledge, experience, expertise, facilities, equipment, qualified personnel and technical data necessary to timely fulfill the requirements.� Subcontracting opportunities may be available and should be sought with Boeing at the following address: The Boeing Company, 7755 E Marginal Way S, Seattle, WA 98108-4002. SUBMISSION DETAILS 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.� 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. Experience:� Description of the Contractor�s experience with developing and implementing a retrofit engineering change proposal (ECP) on U.S. military aircraft equivalent to the P-8A Poseidon. Execution: A description of the approach [technical and schedule] for fulfilling each of the requirements described in the above DESCRIPTION section. Technical Data Licensing Agreement:� A technical data licensing agreement (or equivalent agreement) signed by Boeing that clearly demonstrates the party�s ability to obtain from Boeing access to and utilization of P-8A technical data. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager (s), technical leads(s), etc. Security: Statement regarding capability to obtain the required industrial security clearances for personnel. Company profile:� Include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/ large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.� If claiming small business status, provide an explanation of your company�s ability to perform at least 50% of the tasking herein described. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. � Interested parties are advised against submitting a Capability Statement 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 on 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 Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact information should include name, position, phone number, and email address.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. � Data Markings:� 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). � 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 the 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 Margarette Wolfe, email: margarette.wolfe@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Scott Segesdy and Margarette Wolfe, will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a6b79c205ccb45019155217819f39c36/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06008513-F 20210522/210521201529 (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.