Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2021 SAM #7322
SOURCES SOUGHT

16 -- F/A-18 ECP Tech Pubs/IETMs/LSA IDIQ

Notice Date
12/16/2021 1:15:21 PM
 
Notice Type
Sources Sought
 
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-PMA-265-0557
 
Response Due
12/16/2021 1:30:00 PM
 
Archive Date
07/30/2021
 
Point of Contact
John Brady, Samantha Pennini, Phone: 3017577353
 
E-Mail Address
john.a.brady@navy.mil, Samantha.Pennini@navy.mil
(john.a.brady@navy.mil, Samantha.Pennini@navy.mil)
 
Description
Solicitation Number: N00019-21-RFPREQ-PMA-265-0557 Notice Type: Sources Sought Synopsis: DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNATRY.� It is a market research tool being used to determine potential and eligible small business firms capable of providing the supplies and/or services described herein prior to determining the method of acquisition and issuance of a Request for Proposal.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d).� The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to negotiate and award a sole source contract to the Boeing Company (TBC) to update F/A-18A-F and EA-18G Technical Publications, Interactive Electronic Technical Manuals (IETMs), and drawings and to provide Logistics Support Analysis (LSA)/Provisioning labor support. The contract action will be awarded to TBC, 6200 JS McDonnell Blvd., Saint Louis, MO 63134.� This acquisition is being pursued on sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by Federal Acquisitions Regulation (FAR) 6.302-1, �Only one responsible sole source and no other supplies or services will satisfy agency requirements�.� Only TBC, as the sole designer, developer, weapons system integrator, and producer of the F/A-18 and EA-18G aircraft, and its subsystems, can produce the drawing updates, LSA/LPD updates, and technical manual updates, as it is likely that award to any other source would result in unacceptable delays in fulfilling the agency�s requirements. ELIGIBILITY� The Product Service Code (PSC) for this requirement is 1680,�and the NAICS code is 336411 (Aircraft Manufacturing). REQUIRED CAPABILITIES The effort requires direct knowledge of the design and configuration of the F/A-18A-F and EA-18 Aircraft.� The work and supplies to be performed under this effort include creation and update of IETMs and drawings, as well as LSA/Provisioning labor support. INCUMBENT This contract action will be a follow-on to order N0001921G0006-N0001921F0881 under the BOA. SUBMUSSION DETAILS Interested businesses�shall submit a brief capabilities statement package (no more than ten 8.5 x�11 inch�pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the?required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.� The documentation must address, at a minimum, contain the following: the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein.� Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.� The capability statement package shall be sent by email to�john.a.brady@navy.mil.�Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on�30 June 2021. Questions or comments regarding this notice may be addressed to�John�Brady�via email at�john.a.brady@navy.mil.� Contracting Office Address:�� Building 2272� 47123 Buse Road Unit IPT� Patuxent River, Maryland 20670�� United States�� Place of Performance:�� Performance�is anticipated to�occur at the Boeing facility in St. Louis, MO.� Primary Point of Contact:�� John Brady Contract Specialist� john.a.brady@navy.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ad00227382e747be83d834015ace7bc0/view)
 
Place of Performance
Address: Saint Louis, MO 63134, USA
Zip Code: 63134
Country: USA
 
Record
SN06199766-F 20211218/211216230121 (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.