Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOURCES SOUGHT

54 -- AV-8B System Configuration Set and Avionics Integration Support (N6893612C0141)

Notice Date
3/5/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893612R0019
 
Archive Date
6/10/2018
 
Point of Contact
Tara J. Randolph, Phone: (760) 939-8684, Henry Frohlich, Phone: 760-939-7301
 
E-Mail Address
tara.randolph@navy.mil, henry.frohlich@navy.mil
(tara.randolph@navy.mil, henry.frohlich@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center - Weapons Division (NAWCWD) AV-8B Joint Systems Support Activity (JSSA) Integrated Product Team (IPT) in conjunction with PMA-257 have a requirement to support development of System Configuration Set (SCS) updates, Avionics and Weapons Integration, and Avionics obsolescence mitigation support for the T/AV-8B aircraft. The Boeing Company is the prime T/AV-8B aircraft designer, developer, and manufacturer and is the prime contractor on the current contract N6893612C0141 (solicitation number N6893612R0019). NAWCWD intends to award a Level of Effort (LOE) increase modification to CLIN 0003 under the existing sole source contract based on FAR 6.302-1, Only One Responsible Source. Specifically, this modification will include continued support planning, engineering analysis, software development, and integration, for implementing the AIM-9X missile into the AV-8B aircraft as an element of the System Configuration Set (SCS) identified as H7.0. The intended current source is The Boeing Company because they are the sole designer, developer, integrator, manufacturer, and supplier of all variants of T/AV-8B aircraft. As such, Boeing is the only source with the unique combination of airframe and weapons system integration knowledge needed to perform the required mission support. This sources sought synopsis is being issued to provide potential offerors the opportunity to provide capability statements with respect to the requirement described below. Information regarding the current contract, N6893612C0141, can be requested through the Freedom of Information Act (FOIA) process. The information regarding the FOIA process is available at: http://www.navair.navy.mil/nawcwd/counsel/textonly/foia-txt.htm. Written responses shall be submitted by e-mail to tara.randolph@navy.mil on or before 12 March 2018. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference contract number N6893612C0141 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule no later than 12 March 2018 via email to the Contract Specialist, Tara Randolph at tara.randolph@navy.mil and to Henry Frohlich, henry.frohlich@navy.mil, via a Microsoft Word.doc or Acrobat Adobe.pdf file. The file must not exceed 50 pages with a minimum font size of 12 point. The results of this Sources Sought will be utilized to identify if companies can meet the agency's requirements. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed). If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SYNOPSIS IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d99131bff66843563d25ee0b1fe5697)
 
Place of Performance
Address: Saint Louis, Missouri, United States
 
Record
SN04842350-W 20180307/180305230929-8d99131bff66843563d25ee0b1fe5697 (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.