SOLICITATION NOTICE
15 -- F/A-18 and EA-18G Fire Suppression Control Alarm Upgrades
- Notice Date
- 10/16/2024 8:43:01 AM
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-TPM265-0207
- Response Due
- 10/31/2024 1:00:00 PM
- Archive Date
- 11/15/2024
- Point of Contact
- Lyndsay Krebs, Reannda Bill
- E-Mail Address
-
lyndsay.b.krebs.civ@us.navy.mil, reannda.bill@navy.mil
(lyndsay.b.krebs.civ@us.navy.mil, reannda.bill@navy.mil)
- Description
- The Naval Air Systems Command PMA-265 intends to award a sole source, firm-fixed-price as a standalone contract to KIDDE Technologies Inc. for the retrofit kits and upgrades of existing fire protection and safety systems for Fire Suppression Control Alarms (FSCAs). The upgrade efforts will be accomplished using a �round-robin� approach, where the FSCAs will be upgraded from the part number (P/N) 473660-03 (Dash-3) configuration to the P/N 473660-04 (Dash-04) configuration via a rotable pool of USN fleet FSCA units. The upgrade includes the modification of the 473987 Circuit Card Assembly (CCA) (A1) by removing the U103 P/N 404174 EPROM, install new U103 P/N 404174 Rev F EPROM with new Software and perform the required Acceptance Test Procedure (ATP). The period of performance is anticipated to be three year (one base and two options). The North American Industry Classification Systems (NAICS) code for the action described herein is 336413. The procurement is being pursued on a sole source basis under the statutory authority 10 USC 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.� As the original equipment manufacturer of the F/A-18 and EA-18G Fire Suppression Control Alarm Units, KIDDE has the manufacturing knowledge, experience, and software data required to fulfill this requirement within the time required. This synopsis is for informational purposes only and is NOT a request for competitive proposals. Responsible sources may submit a Statement of Capability and Qualifications to the Contract Specialist listed demonstrating their ability to perform the Government's requirement and shall provide proof of approved facility and personnel clearances necessary to meet the delivery schedule required within 15 days from the publication date of this announcement. The Government will utilize the capability statements received solely to confirm the sole source acquisition approach or to reconsider a competitive procurement. A determination not to compete this requirement is solely within the discretion of the United States Government. This synopsis is not a commitment by the Government to issue any solicitation, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above.� Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bab4b3ddef0f4c3590ce5c810e852c01/view)
- Place of Performance
- Address: Patuxent River, MD, USA
- Country: USA
- Country: USA
- Record
- SN07241406-F 20241018/241016230104 (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 |