SOURCES SOUGHT
16 -- E-6B Individual Aircraft Tracking System (IATS)
- Notice Date
- 12/22/2015
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-16-P2-PMA-271-0016
- Archive Date
- 1/8/2016
- Point of Contact
- Andrea R. Long, Phone: 3017575298
- E-Mail Address
-
andrea.long@navy.mil
(andrea.long@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI). Naval Air Systems Command is seeking sources for a planned contract action to procure an Individual Aircraft Tracking System (IATS) to calculate Fatigue Life Expended (FLE) and Crack Growth Damage Index (DI), time to next inspection, and usage analysis of each E-6B aircraft. The information generated by the IATS will aide in the management of the fleet, and execution of the structural life extension program. The development of all computer programs necessary to accurately calculate accrued Fatigue Life Expended (FLE) values and incremental crack growth for all tracking locations for each aircraft on a flight-by-flight basis, using all available data sources will be required. The algorithm shall also be able to generate and update the recurring inspection intervals for all critical locations recommended for each aircraft based on its actual usage. Interested parties may submit a Capability Statement identifying their interest and capability to respond to the requirement. Capability Statements received within fifteen (15) days after date of publication of this Notice will be considered by the Government. A determination by the Government not to compete this 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. 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 within 15 days of the publication date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. 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 information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) are required. There is no solicitation available at this time. This RFI is for planning purposes only and your organization shall not consider it an invitation to bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Any response to this RFI will be treated as information and may be used by the Navy to develop an acquisition strategy, statement of work, statement of objectives, and performance work statement and associated specifications. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. The Government shall not be liable for damages related to proprietary information that is improperly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government reserves the right to contact the submitting parties for further clarifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-P2-PMA-271-0016/listing.html)
- Record
- SN03976705-W 20151224/151222235003-8db3d243caf023012e968ae4604681ba (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 |