Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 02, 2023 SAM #7857
SOURCES SOUGHT

A -- Light Off Detector (LOD) Research and Development

Notice Date
5/31/2023 1:02:50 PM
 
Notice Type
Sources Sought
 
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
N00019-22-RFPREQ-TPM265-1085
 
Response Due
6/14/2023 2:00:00 PM
 
Archive Date
06/29/2023
 
Point of Contact
William D. Gentry, Phone: 3017577069, Debra Telford, Phone: 301773344
 
E-Mail Address
william.d.gentry20.civ@us.navy.mil, debra.a.telford.civ@us.navy.mil
(william.d.gentry20.civ@us.navy.mil, debra.a.telford.civ@us.navy.mil)
 
Description
NAICS: �541715 (Exception 1) Aircraft, Aircraft Engine and Engine Parts with a size standard of 1,500 (# of people) DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE 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.� ANY INFORMATION SUBMITTED IN RESPONSE TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY.� THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED AS A RESULT OF THIS SOURCES SOUGHT NOTICE.� 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 (V223) intends to award a sole source Cost Plus Fixed Fee (CPFF) C-type contract on a sole source basis to MDSI of Irvine, California for the evaluation of the current existing Flame Sensor, AKA Light Off Detector (LOD), (PN 5107T13P03 / NSN 2840-01-443-4202).� In order to develop, design and validate technology improvements to mitigate obsolescence concerns and improve producibility. The design of the LOD is proprietary to MDSI; the LOD is mounted within the engine augmenter (afterburner) section of the F414-GE-400 engine. This proprietary design has proven to be effective in its flame sensing technology, however, this is based on 1960�s technology, thus MDSI is encountering challenges maintaining reliable supply of components required to meet demand. In order to advance technology to improve supply chain posture, will require technology advancements, specifically with the proprietary design of the ultraviolet (UV) sensing tubes, which are critical to the LOD functionality.� The contractor will perform research and development of the producibility and manufacturing of the current design of the LOD solid-state flame sensing technology, remote electronics package in support of the United States Navy (USN) F414-GE-400 engines. This acquisition is being pursued on a sole source basis, under 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."" �Meggitt is the sole designer, developer, and manufacturer of the F414 Engine LOD and is the only firm with the intricate knowledge of the LOD that is required to perform this effort.� The Government does not possess a technical data package with Government Purpose Rights for the F414 Engine LOD.� This technical data package is required in order to perform this effort.� As a result, NAVAIR has determined that Meggitt is the only responsible source capable of meeting the Government�s minimum needs.� This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. REQUIRED CAPABILITIES Supplies and/or services to be procured under this order may include the following: Engineering Design and Development, Research and Trade Studies, and technical data. SUBMISSION DETAILS Interested business 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, the following:� Provide 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 e-mail to debra.a.telford.civ@us.navy.mil. �As you may be transmitting proprietary data, you are cautioned that NAVAIR has an unclassified e-mail network.� If this constraint precludes e-mail submittal, contact Debra Telford to make alternative arrangements for submittal.� Submissions must be received at the office cited no later than 5:00 p.m. Eastern Standard Time on 14 June 2023. Questions or comments regarding this notice may be addressed to Debra Telford via email at debra.a.telford.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0b313d7fcbc842a0aafc2c03881d687a/view)
 
Place of Performance
Address: Irvine, CA 92606, USA
Zip Code: 92606
Country: USA
 
Record
SN06700190-F 20230602/230531230115 (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.