Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

K -- P-8A Outer Mold Line (OML) Airworthiness Assessment

Notice Date
5/13/2022 4:31:10 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-290-0776
 
Response Due
5/28/2022 8:59:00 PM
 
Point of Contact
Maria Bowles
 
E-Mail Address
maria.a.bowles.civ@us.navy.mil
(maria.a.bowles.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue a contract action to the Boeing Company (Boeing), 7755 E Marginal Way S., Seattle, WA 98108-4002, on an other than full and open basis for the engineering assessment for airworthiness integration of an Outer Mold Line (OML) change. Tasks for this effort include infrastructure assessments of OML change and associated impacts to the airframe structure, flying qualities, loads, and dynamic responses to provide safe for flight artifacts. Contract action award is planned to occur in 3rd Quarter FY22.� The planned period of performance is 6 months.� The effort shall be procured pursuant to 10 U.S.C. 2304(c)(1) and FAR 6.302-1, ""Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.""� The Boeing P-8A team, consisting of the Boeing Commercial Airplanes (BCA) and Integrated Development Systems (IDS) Divisions, is the sole designer, developer and manufacturer of OML change and therefore, only Boeing can meet the agency�s need in the required timeframe. 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 OML change as designed and integrated onto the P-8A Poseidon. 2.�������� Execution:� A description of the approach [technical and schedule] for fulfilling each of the requirements described above. 3.�������� Technical Data Boeing Teaming or Licensing 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. A technical data licensing agreement signed by Boeing that clearly demonstrates the party�s ability to obtain from Boeing access to and utilization of P-8A technical data. 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 any 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 10 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.� 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 Ronald Hickman at ronald.a.hickman.civ@us.navy.mil and Maria Bowles at maria.a.bowles.civ@us.navy.mil. This notice of intent is not a request for competitive proposals. Companies interested in subcontracting opportunities should contact Boeing directly via Ms. Paige Bisset at (425) 965-8077 and paige.v.bisset@boeing.com.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/666469a517c04234b22bc0f90cd463ab/view)
 
Place of Performance
Address: Seattle, WA 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06326628-F 20220515/220513230058 (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  © 1994-2020, Loren Data Corp.