Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
DOCUMENT

70 -- Japan Air Self Defense Force (JASDF) E-2D Mission Computer Spares effort - Attachment

Notice Date
12/14/2016
 
Notice Type
Attachment
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N6134017R0029
 
Response Due
12/26/2016
 
Archive Date
1/25/2017
 
Point of Contact
Joseph Willdigg: 407-380-4423, joseph.willdigg@navy.mil
 
E-Mail Address
joseph.willdigg@navy.mil
(joseph.willdigg@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
E-2D Mission Computer Spares Effort N61340-17-R-0029 UPDATED SOURCES SOUGHT (REQUEST FOR INFORMATION) INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to sole source the Japan Air Self Defense Force (JASDF) E-2D Mission Computer Spares effort to Raytheon (cage code 70SQ8) of Marlborough, MA under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. Raytheon is the Original Equipment Manufacturer (OEM) for the mission computer parts used in the E-2D tactics trainer devices and is the only source for the part to ensure the integrity of the training is not compromised. In order to comply with PGI 206.302-1 the Government is seeking information on the availability of potential comparable sources to provide E-2D Mission Computer Spare parts to the fleet. Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government. PLACE OF PERFORMANCE The JASDF E-2D Mission Computer Spares effort involves the following training systems: -Device 15F14J Weapons System Trainer (WST) located at Misawa Air Base, Japan. DISCLAIMER THIS SOURCE 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. PROGRAM BACKGROUND NAWCTSD is responsible for the acquisition, fielding, and life cycle support of the JASDF E-2D training system, which includes the WST. Ensuring the availability of a material spare support package after the trainer has been upgraded is critical to fulfilling E-2D supportability requirements. Ongoing market research performed by the Government supports there does not exist a commercially available item or non-developmental item to satisfy the Government ™s requirement. Raytheon designed these spare parts to aircraft specifications and remains as the Original Equipment Manufacturer (OEM) who can meet the form, fit, function requirements necessary for timely delivery. The JASDF E-2D Mission Computer Spares contract involves the procurement of a Mission Computer Spares kit, which may include parts such as Environmental Control Assembly (Part Number (P/N) H363015-6), Record and Playback Carrier (P/N H350251-2), and Cable Assembly (P/N H491057-1). REQUIRED CAPABILITIES The Government requires the requisite E-2D knowledge, experience, and technical expertise to continue production of the aircraft trainer peculiar part to meet the JASDF need date. SPECIAL REQUIREMENTS Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment in accordance with DFARS clauses 225.7003 and 252.225-7009, inclusive of Class Deviations 2008-O0002, unless an exception applies. ELIGIBILITY The applicable NAICS code for this requirement is 334111 (Electronic Computer Manufacturing). The Product Service Code (PSC) is 7050 (Automatic Data Processing (ADP) Components). SUBMISSION DETAILS 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 Raytheon. Interested sources shall submit their written technical capabilities to provide the supplies referenced in this document. 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. Detailed written capabilities must be submitted by email to Mr. Joseph Willdigg (joseph.willdigg@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than 1 PM Eastern Standard Time (EST) on Monday, 26 December 2016. 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. If no responses are received from this notice, a justification and approval for other than full and open competition in accordance with statutory authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1 will be pursued. If conducted as a sole source procurement, a separate updated synopsis will not follow since the intent of FAR 5.201 and 5.204 is met.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134017R0029/listing.html)
 
Document(s)
Attachment
 
File Name: N6134017R0029_Sources_Sought_FINAL_Raytheon_MC_Spares...Updated_12-13-2016.docx (https://www.neco.navy.mil/synopsis_file/N6134017R0029_Sources_Sought_FINAL_Raytheon_MC_Spares...Updated_12-13-2016.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6134017R0029_Sources_Sought_FINAL_Raytheon_MC_Spares...Updated_12-13-2016.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04351987-W 20161216/161214234810-3293d5fc5e3e84ce5f8b01d9ffb789d2 (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.