SOURCES SOUGHT
A -- P-8A Air-to-Air Refueling with RAAF KC-30
- Notice Date
- 2/5/2016
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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-290-0181
- Archive Date
- 2/20/2016
- Point of Contact
- Bradley Johnson, Phone: 301-342-4617, Scott Segesdy, Phone: (301) 757-5264
- E-Mail Address
-
bradley.w.johnson2@navy.mil, scott.segesdy@navy.mil
(bradley.w.johnson2@navy.mil, scott.segesdy@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) intends to procure: (1) P-8A air-to-air refueling (AAR) with KC-30 flight test planning, test preparation (including test instrumentation preparation, instrumentation installation and integration with aircraft systems and ground test systems, etc.), test execution (approximately 14 flights), post-test data reduction and analysis; (2) developing and delivering documentation sufficient to obtain Fleet flight clearance that authorizes AAR of the P-8A by the KC-30; and (3) developing and delivering data/documentation to enable updating P-8A engineering flight/training simulators with AAR by KC-30 scenarios. To support flight testing that is scheduled to begin in February 2017, the anticipated period of performance of this planned contract action is from November 2016 to June 2017. A cost-reimbursement-type contract action is anticipated. DISCLAIMER: This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice. Background: On 14 June 2004, The Boeing Company (Boeing) was awarded the P-8A System Development and Demonstration Contract N00019-04-C-3146 under a best value limited competition. The P-8A weapons system consists of a basic 737-800 ERX air vehicle modified to meet Navy requirements, to include systems and subsystems for avionics, communications, mission, and weapon capabilities. Boeing is the original designer, developer, and manufacturer of the P-8A and its sole integrator. For each P-8A test aircraft, Boeing has been the sole designer, developer, installer, integrator, and maintainer of test instrumentation. Aside from the configuration and non-commercial and commercial technical data associated with each test aircraft excluding the instrumentation, the Government does not possess any technical data associated with the test instrumentation. The contemplated effort, in part, may require the resulting contractor to add test instrumentation, displace (move or remove) test instrumentation; perform operational and functional checks of the instrumentation; and take action, as necessary, to get the instrumentation as a whole to perform correctly. Required Tasking: This effort consists of (1) P-8A AAR with KC-30 flight test planning, test preparation (including test instrumentation preparation, instrumentation installation and integration with aircraft systems and ground test systems, etc.), test execution, post-test data reduction and analysis; (2) developing and delivering documentation sufficient to obtain Fleet flight clearance that authorizes AAR of the P-8A by the KC-30; and (3) developing and delivering data/documentation to enable updating P-8A engineering flight/training simulators with AAR by KC-30 scenarios. As previously stated, the effort may require adding, displacing, operational/functional checking, and correcting test aircraft instrumentation. SUBMISSION DETAILS: Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 19 February 2016 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. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Business: Due to the fact that Boeing is the only entity with sufficient test instrumentation technical data and qualified personnel to add, displace, perform operational/functional checks and take corrective action, as necessary, to get the instrumentation as a whole to perform correctly, each interested party (other than Boeing) must include a teaming agreement (or equivalent document) signed by Boeing indicating that Boeing agrees to partner with or be a subcontractor to the interested party for the contemplated procurement. (2) Execution: A description of the approach for commencing the effort at the estimated award date of November 2016. (3) Experience: An outline of previous relevant projects, specific work previously performed or being performed. (4) Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. (5) Government approved accounting system: Evidence of Government-approved accounting system or explanation as to ability to obtain Government-approved accounting system on or before planned contract award date. (6) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a 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 20 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 not later than 19 February 2016. 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. All information received in response to this Notice that is marked proprietary will be handled accordingly. 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 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 Bradley Johnson at bradley.w.johnson2@navy.mil and Scott Segesdy at scott.segesdy@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-P2-PMA-290-0181/listing.html)
- Record
- SN04012540-W 20160207/160205234909-f2b46c41590679051253dda29a7c4d2b (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 |