Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2022 SAM #7368
SOURCES SOUGHT

A -- P-8A Wideband SATCOM A-Kit Procurements & Installations

Notice Date
1/31/2022 11:15:41 AM
 
Notice Type
Sources Sought
 
NAICS
336 —
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-RFPREQ-APM290-0156
 
Response Due
2/17/2022 8:59:00 PM
 
Point of Contact
Gordon R. Muldoon
 
E-Mail Address
gordon.muldoon@navy.mil
(gordon.muldoon@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to procure supplies and services to; (1) purchase Wideband Satellite Communications (WBSC) structural modification retrofit hardware (A-kits) for the unique 737 P-8A aircraft; (2) install WBSC A-kits on unique 737 P-8A aircraft; (3) provide engineering, modification, and installation labor support during the installation of the A-kits; and (4) provide engineering analysis of airframe configurations and mission systems configurations impacted with integration of the WBSC A-kit. The planned period of performance is October 2022 � September 2025. DISCLAIMER: This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. �This is not a Request for Proposals. �Responses in any form are not offers and the Government 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:� On 14 June 2004, The Boeing Company (Boeing) was awarded the P-8A System Development and Demonstration Contract N00019-04-C-3146 under a best value limited competition. �The P-8A weapons system consists of a basic 737-800 ERX air vehicle modified to meet Navy requirements, to include systems and subsystems for avionics, communications, mission, and weapon capabilities. �Boeing is the original designer, developer, and manufacturer of the P-8A and its sole integrator. � SUBMISSION DETAILS: Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. �Only Capability Statements received on or before the due date will be considered by the Government. �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. �Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. �Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Business: �Due to the fact that Boeing is the only entity with sufficient test instrumentation technical data and with sufficient technical data and computer software to maintain the test aircrafts, each interested party (other than Boeing) must include a teaming agreement (or equivalent document) signed by Boeing indicating that Boeing agrees to partner with or be a subcontractor to the interested party for the contemplated procurement. (2) Execution: �A description of the approach for commencing the effort at the estimated award date of October 2022. (3) Experience: �An outline of previous relevant projects, specific relevant work previously performed or being performed. (4) Personnel: �Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. (5) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a 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 one-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 not later than. �Classified material SHALL NOT be submitted. �All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. �Point-of-contact information should include name, position, phone number, and email address. �Acknowledgement of receipt will be provided. �All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. �All submissions must be clearly marked with the following caption: �For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. �Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. �All information received in response to this Notice that is marked proprietary will be handled accordingly. �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 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 Gordon Muldoon at Gordon.muldoon.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 Gordon Muldoon will not be considered. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3edbd445654745a58f60c4994782b654/view)
 
Place of Performance
Address: Seattle, WA 98108-4002, USA
Zip Code: 98108-4002
Country: USA
 
Record
SN06229074-F 20220202/220131230110 (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.