Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 16, 2017 FBO #5837
SOLICITATION NOTICE

16 -- Config D Production cut-in retrofit effectivity

Notice Date
11/14/2017
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
223501-18
 
Archive Date
12/14/2017
 
Point of Contact
Brian K. Stone, Phone: 3013429922, Christopher J Harritt, Phone: (301) 757-7112
 
E-Mail Address
brian.k.stone@navy.mil, christopher.harritt@navy.mil
(brian.k.stone@navy.mil, christopher.harritt@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
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. INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure logistics support for the design and development, logistics product data, and publications to update previously approved retrofit effectivity for the APG-79 AESA radar configuration "D" from Lot 39 to Lot 42. Engineering change proposal ECP 6381C2 - General Purpose Processor (GPP3), ECP 6344C2 - 5 th & 6 th Channel Wiring, and ECP 6346R2C1 - Waveform Generator when combined, are referred to as "Configuration D" THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Each order will be synopsized on the FedBizOps website as applicable in FAR 5.201(b). ELIGIBILITY The PSC for this requirement is 1560; the NAICS is 336411 with a size standard of 1500 employees. All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is 6 months. The anticipated start date is 31 July 2018. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Firm Fixed Price (FFP). PROGRAM BACKGROUND The Configuration D Retrofit Kits are upgrades/improvements to the original AESA AN/APG-79 baseline Weapons Replaceable Assemblies (WRAs) that leverage the data from the AESA AN/APG-79. Configuration D is made up of ECP 6381C2 - General Purpose Processor (GPP3), ECP 6344C2 - 5 th & 6 th Channel Wiring, and ECP 6346R2C1 - Waveform Generator and includes provisions for production incorporation and retrofit up to lot 39 aircraft. The ECPs and Production incorporation are contracted under separate efforts. Due to program changes the effectivity for the retrofit efforts has changed from Lot 39 to Lot 42. REQUIRED CAPABILITIES Requirements include familiarity with the design and manufacturing of the F/A-18E/F and EA-18G Aircraft system. This also includes the integration of the proprietary AN/APG-79 AESA Radar, which is solely designed for use in F/A-18E/F and EA-18G aircraft. INCUMBENT This is a follow-on requirement. The incumbent contractor is: The Boeing Company, P.O. Box 516, St. Louis, Missouri 63166. SUBMISSION DETAILS Interested business shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services listed in the attached required capabilities described herein; Documentation should be in bullet format. The capability statement package shall be sent by mail to AIR 2.2.3.5 Contracts, Brian Stone, 2.2.3.5.9, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by facsimile to (301) 995-0705 or by email to brian.k.stone@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 29 November 2017. Questions or comments regarding this notice may be addressed to Brian Stone at brian.k.stone@navy.mil. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/223501-18/listing.html)
 
Record
SN04739963-W 20171116/171114231358-02fb75553eeba62fd116b26965666b1f (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.