Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2016 FBO #5244
SOLICITATION NOTICE

A -- P-8A Increment 3 (INC3) Front End Analysis (FEA)

Notice Date
3/31/2016
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
ZIP Code
00000
 
Solicitation Number
N6134016R1160
 
Response Due
4/15/2016
 
Archive Date
4/30/2016
 
Point of Contact
Jocelyn McChesney (407) 380-4468 Contracting Officer - Kari Gerety, (407) 380-4078
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) Contracts Department, Orlando, FL announces its intention to procure, on a sole source basis, technical services from The Boeing Company (Boeing), 6200 JS McDonnell Blvd, St. Louis, MO 63134-1939, for P-8A Increment 3 (INC3) Front End Analysis (FEA) for the P-8A Poseidon Training Devices located at Jacksonville, FL; Dallas, TX; Whidbey Island, WA; and St. Louis, MO. The P-8A Poseidon Increment 3 (Inc 3) Block 2 (Blk 2) program will integrate a Combat System with new open architecture, and Government Furnished Equipment that provides additional competitive opportunities across the P-8A lifecycle. The P-8A Poseidon Combat System capabilities include; a new computing and security Applications Based Architecture (ABA), a Higher-Than-Secret (HTS) architecture, an improved Track Management Subsystem (TMS), Acoustics, Multi-Static Active Coherent Enhancements (MAC-E), and ASW SIGINT changes. Capabilities are delivered as hardware and software retrofits to the aircraft. The purpose of this Inc3 Blk 2 Statement of Work (SOW) is to assess the impact, and scope the effort needed to integrate these new capabilities into the P-8A Poseidon Aircrew Training Systems. The scope will be documented in a Front End Analysis (FEA), Requirements Analysis, and Training Systems Architecture Approach. This requirement will be procured in accordance with the statutory authority permitting other than full and open competition under Title 10 USC 2304(c)(1), as implemented by Federal Acquisition Regulation (FAR) 6.302-, œOnly One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements . As the sole designer, developer and manufacturer of the P-8A Aircraft, the Boeing Company is the only source that currently possesses sufficient requisite knowledge, engineering expertise, and technical data required to perform this effort. No other source has the technical qualification and necessary resources to perform the work described herein, nor will any other supplies or services satisfy the Government ™s requirements. Companies interested in subcontracting opportunities should contact the following point of contact: Rebecca Sharp rebecca.a.sharp3@boeing.com (314) 777-7217 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. GROUND RULES AND ASSUMPTIONS Contract Assumptions The following are ground rules relative to this acquisition estimate. Contract Award “ October 2016 Contract type “ Cost Plus Fixed-Fee (CPFF) Funding type “ RDT and E Period of Performance “ 12 Months (FY17/FY18) Security Classification Level “ Secret ELIGIBILITY The applicable NAICS code for this requirement is 541330 (Engineering Services). The Product Service Code is 6910 (Training Aide). ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government ™s intent to contract on a sole source basis with Boeing. Interested sources shall submit their written technical capabilities to provide the products described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2007. This documentation must address at a minimum the following items: 1.) Specifically describe how your company will meet the requirements, which includes access to Boeing proprietary data, in the required capabilities section of this posting. 2.) Can or has your company managed a team of subcontractors before? If so, provide details. 3.) What specific technical skills does your company possess that will ensure successful performance of the requirements? 4.) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE code, and DUNS number. 5.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Detailed written capabilities shall be electronically submitted to the Contract Specialist, Jocelyn McChesney, at Jocelyn.McChesney@navy.mil, with a copy to Rachel Smith, at Rachel.E.Smith@navy.mil, no later than 2 pm, Eastern Daylight Time (EDT), on 15 April 2016. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to this Synopsis. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this Synopsis that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134016R1160/listing.html)
 
Place of Performance
Address: The Boeing Company
Zip Code: 6200 JS McDonnell Blvd, St. Louis, MO
 
Record
SN04068444-W 20160402/160331234646-637ec3d3ac1d6ce5d173e42dab135fac (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 |
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.