SOURCES SOUGHT
R -- CY 24-28 IPS Sources Sought
- Notice Date
- 3/9/2022 10:32:29 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- 22001-223
- Response Due
- 3/24/2022 2:00:00 PM
- Point of Contact
- William D. Gentry, Phone: 3017577069, Laurelle Brown-Hill, Phone: 3017575931
- E-Mail Address
-
william.d.gentry20.civ@us.navy.mil, laurelle.brown-hill@navy.mil
(william.d.gentry20.civ@us.navy.mil, laurelle.brown-hill@navy.mil)
- Description
- The Naval Air Systems Command (NAVAIR) at Patuxent River, MD (V2231) announces its intention to issue an Indefinite Delivery/Indefinite Quantity (IDIQ) contract on a sole source basis for the procurement of integrated product support services in support of PMA-265 sustaining all United States Navy (USN), United States Marine Corps (USMC) and Foreign Military Sales (FMS) (Spain, Canada, Switzerland, Malaysia, Kuwait, Australia, and Finland) Fighter/Attack F/A 18A-F and Electronic Attack EA-18G Type/Model/Series (T/M/S) aircraft. This effort will be responsible for identifying and implementing all twelve (12) Integrated Product Support (IPS) elements due to production and retrofit changes to the TMS. The 12 IPS Elements are Product Support Management, Design Interface, Sustainment Engineering, Maintenance Planning, Manpower and Personnel, Supply Support, Support Equipment, Technical Data, Training and Training Support, Computer Resources Support, Facilities, and Packaging, Handling, Storage and Transportation (PHS&T) per the DoD Product Support Manager�s (PSM) Guidebook. Additionally, this effort will be responsible for: Sustaining the F/A-18 Automated Maintenance Environment (FAME) system to include software upgrades and training to support fleet maintenance activities and ensuring Interactive Electronic Technical Manuals (IETMs) are up-to-date and released to the fleet. Logistics Technical Service Teams Field Service Representatives (FSRs) and/or Logistics Support Representatives (LSRs), highly skilled personnel and experienced in the F/A-18 and EA-18G system theory and operation, and supporting maintenance and logistics systems who will provide on-site assistance to USN/USMC operators and organizational and intermediate level maintainers. Hornet Support Centers (HSC) required to support USMC and US Navy F/A-18 and US Navy EA-18G aircraft operating out of NAS Lemoore (CA), NAS Oceana (VA), NAS Whidbey Island (WA), NAS Fallon (NV), and MCAS Miramar (CA). Failure Reporting and Corrective Action System (FRACAS) maintenance. Sustaining engineering to include engineering investigations, system safety analysis, structural appraisal of fatigue effects support, technical integration support, trade studies, and aerodynamic simulation/modeling support. Maintenance planning to include logistics product data support Configuration management support Management of Peculiar Support Equipment (PSE) to include analysis of aircraft changes for PSE impact The Boeing Company under various NAVAIR and Defense Logistics Agency (DLA) contract vehicles is currently providing these supplies/services. The Boeing Company as the original equipment manufacturer (OEM) is the sole designer, developer, manufacturer, and supplier of the F/A-18 and EA-18G aircraft and systems. ��Only Boeing possesses the technical data necessary to fulfill the requirements listed above. . The Government does NOT own a complete F/A-18 drawing package with Government Purposes Rights.� The issuance of this follow-on contract will fall within the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, ""Only one responsible source and no other supplies or services will satisfy agency requirements."" THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine if any firm other than Boeing can provide the 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 sources sought. A separate Pre-solicitation Notice/Synopsis will be posted with contact information for small business subcontract opportunities. ELIGIBILITY The preponderance of anticipated requirements under this IDIQ effort is PSC R706 � Logistics Support Services. The NAICS is 541330 � Engineering Services with a small business size standard of $41.5M. PROGRAM BACKGROUND NAVAIR intends to establish a sole-source, follow-on IDIQ contract with The Boeing Company, which provides for the issuance of fixed-price and cost-reimbursement task orders for USN, USMC and FMS requirements. ANTICIPATED PERIOD OF PERFORMANCE The follow-on IDIQ effort will allow for the placement of orders from 1 January 2024 through 31 December 2028. Each task/delivery order issued under this effort will designate an applicable period of performance. � ANTICIPATED CONTRACT TYPE Per FAR 16.501-2, an IDIQ contract may be used to acquire supplies and/or services when the exact times and/or exact quantities of future deliveries are not known at the time of contract award. The Government anticipates issuing fixed-price and cost-reimbursement task orders under this IDIQ.� � REQUIRED CAPABILITIES Task orders issued under this IDIQ will provide the required services in support of PMA-265 sustaining all United States Navy (USN), United States Marine Corps (USMC) and Foreign Military Sales (FMS) (Spain, Canada, Switzerland, Malaysia, Kuwait, Australia, and Finland) Fighter/Attack F/A 18A-F and Electronic Attack EA-18G Type/Model/Series (T/M/S) aircraft. Since at least a portion of the resultant IDIQ contract will involve orders of a cost-type basis, the contractor must have an accounting system deemed adequate by DCMA for accumulating and reporting costs under cost reimbursable contracts at time of contract award.� . INCUMBENT This is a follow-on requirement. The incumbent contractor is The Boeing Company. Responses to this sources sought notice shall be sent to william.d.gentry20.civ@us.navy.mil. Submissions must be received at the office cited no later than 5:00 p.m. Eastern Daylight Time on 24 March 2022. �Questions or comments regarding this notice may be addressed to Laurelle Brown-Hill via email at laurelle.r.brown-hill.civ@us.navy.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/94af5188082f4510abc5084f3e48ddfd/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06262559-F 20220311/220309230108 (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 |