Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2021 SAM #7263
SOLICITATION NOTICE

70 -- P-8A RAAF Cockpit ICS VOX

Notice Date
10/18/2021 9:48:42 AM
 
Notice Type
Presolicitation
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-RFPREQ-APM290-1541PS
 
Response Due
10/31/2021 1:30:00 PM
 
Archive Date
11/15/2021
 
Point of Contact
David Casey, Scott Segesdy
 
E-Mail Address
david.c.casey2.civ@us.navy.mil, scott.a.segesdy.civ@us.navy.mil
(david.c.casey2.civ@us.navy.mil, scott.a.segesdy.civ@us.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 to develop a software update to their current Inter Communication System (ICS) configuration to allow Voice Activation (VOX) for Flight Deck communication to simplify the procedure of switching between Mission Crew Communications and Flight Deck Hot Mic. The delivery order is planned to be awarded in the fourth quarter of the Government Fiscal Year 2022 (Q4FY22) with the effort to be completed approximately 12 months 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. BACKGROUND The P-8A consists of the basic commercial 737-800 ERX air vehicle, modified to meet Navy requirements, and numerous systems and subsystems, including simulators, avionics, communications, mission, and weapon system requirements. The P-8A system development started with a Boeing 737-800 basic design that underwent a significant structural and system modification/re-design in order to meet the Navy�s Maritime Patrol and Reconnaissance Aircraft (MPRA) mission and performance requirements. While the P-8A aircraft is unique in its design and performance characteristics, the 737-800 design that exists within is based on proprietary or limited rights technical data for which no rights are granted to the Government. Furthermore, Boeing, as the P-8A developer and system integrator, is the only source with the necessary (and unique) technical resources, personnel and modeling facilities (some of which are based on proprietary or limited rights 737-800 baseline systems) to fulfill Government requirements. This synopsis does not constitute a solicitation and shall not be construed as a commitment by the Government. The Government is under no obligation to award a contract as a result of this announcement. The Government is not responsible for any costs incurred and/or money expended by interested parties before award of a contract for the effort described above. Information provided herein is subject to change. 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. 1. Experience: Description of the Contractor�s experience with the current Inter Communication System (ICS) configuration as designed and integrated onto the P-8A Poseidon for The Royal Australian Air Force. 2. Execution: A description of the approach [technical and schedule] for fulfilling each of the requirements described above. 3. Boeing Teaming or License Agreement: Due to the fact that Boeing is the only entity with sufficient technical data, computer software, and computer software documentation that a Contractor would require in order for that Contractor to fulfill the requirements, each interested party must include either (1) a teaming agreement (or equivalent document) signed by Boeing indicating agreement to partner with or be a subcontractor to the interested party for the contemplated procurement; or (2) a document signed by Boeing indicating agreement to offer a license to the interested party for the technical data, computer software, and computer software documentation. 4. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager (s), technical leads(s), etc.) 5. Security: Statement regarding capability to obtain the required industrial security clearances for personnel. 6. 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. 7. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. Interested parties are advised against submitting and 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 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.a.segesdy.civ@us.navy.mil and David Casey at david.c.casey2.civ@us.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 David Casey, will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1570e429e13402f941a57d222c5e678/view)
 
Record
SN06159602-F 20211020/211018230116 (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.