Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
SOURCES SOUGHT

16 -- P-8A AIU Upgrades IDIQ

Notice Date
9/9/2016
 
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-RFPREQ-PMA-290-0823
 
Archive Date
10/8/2016
 
Point of Contact
Julia R Brink, Phone: (301) 997-3654, Scott Segesdy, Phone: (301) 757-5264
 
E-Mail Address
julia.brink@navy.mil, scott.segesdy@navy.mil
(julia.brink@navy.mil, scott.segesdy@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to upgrade P-8A V/UHF Antenna Interface Units (AIUs) from either Part Number (P/N) 185000 or P/N 185000-8 to P/N 186400-1. The planned IDIQ contract will also include a CLIN or CLINs for the contractor to repair AIUs incidental to the upgrades. Pole/Zero is the Original Equipment Manufacturer (OEM) of the AIUs which are commercial items. The IDIQ contract, with a 24 month period to issue orders for upgrades (and incidental repairs), is planned to be in place by 31 March 2017. The minimum and maximum number of AIU upgrades is six (6) and 100, respectively. 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. SUBMISSION DETAILS: Interested parties 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 23 September 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 Pole/Zero is the OEM and is the only entity with sufficient technical data to upgrade (and to perform incidental repairs to) the AIUs, each interested party (other than Pole/Zero) must include a teaming agreement (or equivalent document) signed by Pole/Zero indicating that Pole/Zero 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 31 March 2017. It must clearly show the interested party's ability to be responsive without compromising the quality, accuracy or reliability of the AIUs. (3) Experience: An outline of previous relevant projects, specific relevant 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) 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 23 September 2017. 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 parties, but may request additional information following review. Note: If the interested party is a foreign concern or if a U.S. interested party 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 Julia Brink at julia.brink@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.) other than those transmitted by e-mail to Julia Brink, will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-RFPREQ-PMA-290-0823/listing.html)
 
Record
SN04265945-W 20160911/160911093503-07a67deb35f9bfec22638a9fc63b0df1 (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.