SOURCES SOUGHT
35 -- Flight Management System (FMS) Navigation Database Software Subscription (PMA 231)
- Notice Date
- 7/13/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- 2519PP0084
- Archive Date
- 8/4/2015
- Point of Contact
- Gerald Bingham, Phone: 3013420262
- E-Mail Address
-
gerald.bingham@navy.mil
(gerald.bingham@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Warfare Center Aircraft Division (AIR 2.5.1.9), Patuxent River, Maryland 20670 announces its intention to procure Flight Management System (FMS) Navigation Database software subscriptions compatible with the E-2D in support of Program Management, Air (PMA 231) E-2/C-2 Program. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The NAICS for this requirement is 334511 "Search, Detection, Navigation, Guidance, Aeronautical and Nautical System, and Instrument Manufacturing" with a current size standard of 750 employees. The incumbent contractor is Jeppesen, Mashpee, MA, The prior contract is N00019-03-C-0057. All interested and eligible businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. ANTICIPATED PERIOD OF PERFORMANCE Base Period 01 January 2016 - 31 December 2016 (12 mo) Option Period I 01 January 2017 - 31 December 2017 (12 mo) Option Period II 01 January 2018 - 31 December 2018 (12 mo) Option Period III 01 January 2019 - 31 December 2019 (12 mo) Option Period IV 01 January 2020 - 31 December 2020 (12 mo) REQUIREMENTS: The Naval Air Warfare Center Aircraft Division (NAWCAD) located at the Naval Air Station, Patuxent River, MD has a requirement for Flight Management System (FMS) Navigation Database software subscriptions compatible with the E-2D in support of the Program Management, Air (PMA 231) E-2/C-2 Program. The Government's requirement is to procure a Navigation Database subscription service for aeronautical navigation software compatible with the E-2D Advanced Hawkeye (AHE) Flight Management System (FMS) software version 3.2A and later. The Contractor shall provide software subscriptions that meet the Federal Aviation Administration (FAA) Data Integrity Assurance Level Two for essential data elements and utilizes Vendor Data Source formatting as outlined by the GE Aviation Data Quality Requirement (DQR) per Section 3.2.12.2 (b-1) and Section 3.2.12.5 (k-1) of the Functional Requirements Document for Required Navigation Performance Area Navigation (RNP RNAV) functionality. The Contractor's delivery format shall be in compliance with Aeronautical Radio, Incorporated (ARINC) cycle every 28 days via ARINC text file to PMA 209 Communication, Navigation, Surveillance, Air Traffic Management (CNS/ATM) for certification. The Government requires a 100% solution and interoperability with this acquisition. The Government requires Navigation Database software subscriptions for 30 aircraft in Fiscal Year 16 (FY 16) with extending option years thereafter for 35 aircraft in FY 17, 40 aircraft in FY18, 45 aircraft in FY 19 and 49 aircraft in FY 20. The period of performance start date for the base period is approximately sixty (60) days after contract award. The Contract Type is anticipated to be a Firm-Fixed Price (FFP). SUBMITTAL INFORMATION : It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, at a minimum, the following: (1) title of the requirement you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status (including all applicable categories of small business: Service-Disabled Veteran-Owned Small Business, HubZone, 8A, Woman-Owned Small Business, Veteran-Owned Small Business or Small Disadvantaged Business); (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) ability to provide the software subscription services in its entirety as described above; (5) company's ability to begin performance upon performance start date. This requirement will allow for a transition period between contract award and performance start date (60 days). The capability statement package shall be sent by mail to AIR-2.5 Contracts, Gerald Bingham, Code 2.5.1.9.14, Building 441, 21983 Bundy Road, Patuxent River, MD 20670 or by email to gerald.bingham@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on Monday, 20 July 2015. Questions or comments regarding this notice may be addressed to Gerald Bingham at (301) 342-0262 or via email at gerald.bingham@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; CAGE code and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/2519PP0084/listing.html)
- Record
- SN03794237-W 20150715/150713234549-42c4751b448e5ae35e7bfac724492dd1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |