SOURCES SOUGHT
15 -- C-40A Large Aircraft Infrared Countermeasures (LAIRCM) System
- Notice Date
- 3/19/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- 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
- N00019-18-RFPREQ-PMA-207-0013
- Archive Date
- 4/17/2018
- Point of Contact
- Karin Jensvold, Phone: 3013422909, Ronald Hickman, Phone: 301-342-9935
- E-Mail Address
-
karin.jensvold@navy.mil, ronald.a.hickman@navy.mil
(karin.jensvold@navy.mil, ronald.a.hickman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PURPOSE: Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). In accordance with market research requirements and solely for informational and procurement planning purposes, the Naval Air Systems Command (NAVAIR) Tactical Airlift Program Office (PMA-207) of the Program Executive Officer (PEO) Air ASW, Assault & Special Mission Programs (A) is seeking information on industry sources capable of providing Department of the Navy (DoN) Large Aircraft Infrared Countermeasures (LAIRCM) Non-Recurring Engineering (NRE) in support of the C-40A aircraft as described herein. The Government anticipates that The Boeing Company, as the original equipment manufacturer (OEM) for the C-40A aircraft, will be the prime contractor for this effort based on its ownership of the OEM technical data necessary to perform the requirements, but the Government will consider other responsible sources if a capabilities statement is submitted as requested below. REQUIREMENT: The upcoming effort will consist of the NRE required for the analysis, design, testing, and certification of a stand-alone DoN LAIRCM system for the existing Navy/Marine Corps C-40A (737-7AF) fleet. The Contractor shall be responsible for the analysis, design, testing, and certification activities related to the integration of DoN LAIRCM system into the existing C-40A aircraft that will leverage previous certifications acquired for the Air Force C-40B/C aircraft. The contractor shall develop and obtain FAA/MCO approval for a Project Specific Certification Plan that will determine the level of approval and artifacts necessary to demonstrate compliance with all applicable airworthiness requirements. The Contractor shall develop and conduct all ground and flight testing, data reduction, and reports required for the commercial certification and shall provide site support for DoN system performance testing. As part of the DoN LAIRCM certification, the Contractor shall provide operator flight and training manuals, principals of operation, maintenance training, and maintenance instructions required for the operation and maintenance of the modified aircraft in order to ensure its continued airworthiness. The contractor shall obtain FAA/MCO STC approval for an integrated DoN LAIRCM survivability system on C-40A aircraft. SUBMISSION: Responsible sources may submit a capability statement to be considered by the agency. The capability statement must include a detailed approach evidencing the ability to accomplish this effort for a seamless inclusion into the C-40A program schedule. Additionally, the capability statement must include a detailed approach describing the source's possession of or access to the OEM technical data necessary to accomplish this effort. This notice is NOT a Request for Proposal, is not to be construed as a commitment to procure any items/services, and does not imply or promise that the Government intends to award a contract vehicle as result of this announcement or in response to any capability statements received. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are responsible for all expenses associated with its response and the Government will not provide any form of compensation for or reimburse any costs incurred in its preparation. Submissions are not to exceed five 8.5 x 11 pages with one inch margins printed in Times New Roman or Courier New 12-pt font. One electronic soft copy shall be delivered to the Government POC in Microsoft Word or PDF format no later than 4:30PM EST on 2 April 2018. All submissions should include RFI Reference Number, company, address, CAGE code, and DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your company's response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Responses to this RFI may NOT be submitted via facsimile or by electronic means such as e-mail. Acknowledgement of receipt will be provided if request for return receipt is included with the response, but submissions will not be returned. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. However, classified data should not be provided. If respondent believes that a complete response would require inclusion of proprietary information, please notify the Government POC immediately. Summary papers failing to comply with the above instructions or containing impertinent information may not be reviewed. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. SUMMARY: As stated above, this is NOT a request for Proposal. This announcement constitutes a RFI led by PMA-207. I nformation provided herein is subject to change and in no way binds the Government to solicit or award a contract. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. If a draft and/or solicitation are released, it will be synopsized on the Federal Business Opportunities website located at http:www.fbo.gov. It is the potential offer's responsibility to monitor the site for the release of any follow-on information. No phone or email solicitation with regard to the status of the RFI will be accepted. Questions regarding this announcement shall be submitted to the Government point of contact identified herein. Primary Point of Contact: Karin Jensvold Contract Specialist karin.jensvold@navy.mil Phone: 301-342-2909 Fax: 301-995-0377 Secondary Point of Contact: Ron Hickman Contracting Officer ronald.a.hickman@navy.mil Phone: 301-342-9935 Fax: 301-995-0377 Contracting Office Address: 21936 Bundy Road, Building 442 Patuxent River, Maryland 20670 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-RFPREQ-PMA-207-0013/listing.html)
- Place of Performance
- Address: Tactical Airlift Program (PMA-207), Medium Lift Program, 46990 Hinkle Circle, Bldg 419, Patuxent River, MD 20670, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN04859152-W 20180321/180319231220-ef6c321be952b0af8827a1f805ad8583 (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 |