MODIFICATION
K -- Modification to Increase Level of Effort on System ConfigurationSet (SCS) and Avionics Integration Support For The AV-8B aircraft
- Notice Date
- 3/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N68936 Naval Air Warfare Center Weapons Division Dept.1 Naval AirWarfare Center Weapons Division Dept.1 429 E. Bowen Rd - Stop 4015 ChinaLake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893612R0019
- Response Due
- 12/23/2011
- Archive Date
- 4/28/2018
- 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
- There is an amendment to the previous Sources Sought N68936-12-C-0141 to refer to N68936-12-R-0019. 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. 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 presolicitation synopsis is being issued to provide potential offerors the opportunity to provide capability statements with respect to the requirement described above. The results of this Presolicitation Synopsis will be utilized to identify if any other 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 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 13 April 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. All responsible sources must be registered in the System for Award Management (SAM) database at the following website: https://www.sam.gov/portal/public/SAM/. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access Controlled Unclassified Information within FBO. See the DLIS website for registration details: http://www.dlis.dla.mil/jcp/. 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. THIS PRESOLICITATION SYNOPSIS 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 ACTION 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/49b04685df0144444078361cb2930724)
- Place of Performance
- Address: Saint Louis, Missouri, Saint Louis, Missouri, United States
- Record
- SN04871069-W 20180331/180329231138-49b04685df0144444078361cb2930724 (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 |