Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 05, 2018 FBO #5887
DOCUMENT

16 -- Synopsis for Four Year Performance Based Logistics contract in Support of the F/A-18A-F and E/A-18G Heads Up Display as well as several other Common Aircraft components - Attachment

Notice Date
1/3/2018
 
Notice Type
Attachment
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
 
Solicitation Number
N0038317R004C
 
Response Due
1/18/2018
 
Archive Date
2/2/2018
 
Point of Contact
Megan Kelly 215-697-2533
 
Small Business Set-Aside
N/A
 
Description
NAVSUP Weapon System Support plans to award a four year Performance Based Logistics contract for the F-18 Heads Up Display (HUD) as well as several Common aircraft components listed in the attachment below to Rockwell Collins (Cage Code 13499) in Cedar Rapids, Iowa in October 2018. Under the anticipated contract, the contractor will stock, warehouse, repair, modify and/or replace, store and provide for shipment Ready-for-Issue (RFI) condition assets within negotiated contractor response times. The PBL contract will require an integrated product life cycle approach whereby the contractor assumes responsibility for many management and support functions related to the PBL such as engineering and logistics support. Rockwell will be required to meet established response times through Weapons Replaceable Unit (WRA)/Shop Repairable Unit (SRA) repair and replacement, reliability oversight, and inventory, configuration and obsolescence management. The proposed contract will also include a reliability metric. The contractor will be required to partner with organic depots such as FRC-SE (Jacksonville) and FRC-SW (North Island) in accordance with Title 10 United States Code requirements and to renew and/or execute new Commercial Services Agreements and/or Public-Private Cooperative Arrangements. The maximum period of performance for this effort will not exceed 4 years. Justification for Sole Source Acquisition: the statutory authority applicable to permit other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii) and (iii) with only responsible source and no other supplies and services will satisfy agency requirements. Absent interest/approval of additional sources, the Government intends to negotiate a contract with Rockwell Collins, Cage Code 13499, the Original Equipment Manufacturer (OEM) for the components to be covered under this PBL contract. Rockwell is the only source with the engineering expertise and technical data necessary to perform essential PBL tasks such as repair, resolution of obsolescence issues, sustainment of reliability, and management of configuration of the Navy s Critical Application Item WRAs/SRAs covered by the contemplated procurement. Further, only Rockwell owns the necessary design, configuration, manufacturing, production, and process data required to implement the necessary reliability sustainment/improvements. In addition, only Rockwell has access to the original design data/OEM intellectual property. Even though the requirement has been designated sole source, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Megan Kelly at Megan.E.Kelly@navy.mil. The subject items require Government source approval prior to contract award, as the items are flight critical and/or the technical data available has not been determined adequate to support repair via full and open competition. Only the source previously approved by the Government for repair of these items, Rockwell Collins 13499, will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your companys experience in repair of the same or similar items. This brochure is included as an attachment below. If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. Subcontracting Opportunities: All businesses interested in subcontracting opportunities should contact Rockwell Collins.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N0038317R004C/listing.html)
 
Document(s)
Attachment
 
File Name: N0038317R004C_HUD_PBL_Synopsis_-1.docx (https://www.neco.navy.mil/synopsis_file/N0038317R004C_HUD_PBL_Synopsis_-1.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0038317R004C_HUD_PBL_Synopsis_-1.docx

 
File Name: N0038317R004C_Source_Approval_Request_(SAR)_Brochure_for_Repair_(2).pdf (https://www.neco.navy.mil/synopsis_file/N0038317R004C_Source_Approval_Request_(SAR)_Brochure_for_Repair_(2).pdf)
Link: https://www.neco.navy.mil/synopsis_file/N0038317R004C_Source_Approval_Request_(SAR)_Brochure_for_Repair_(2).pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 400 Collins Road NE, Cedar Rapids, IA
Zip Code: 52498
 
Record
SN04780364-W 20180105/180103231315-4c88624ca09e5dc4125a242209a191a8 (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.