SOURCES SOUGHT
35 -- Feel Trim Actuator (FTA)Test Bench - FTA SOW
- Notice Date
- 8/17/2018
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- N6893618Q0293
- Archive Date
- 9/7/2018
- Point of Contact
- Francisco Mendoza, Phone: 760-939-3053, Debra A. Zamarron, Phone: (760) 939-9658
- E-Mail Address
-
francisco.mendoza1@navy.mil, debra.zamarron@navy.mil
(francisco.mendoza1@navy.mil, debra.zamarron@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this synopsis is to announce that NAVAIR intends to negotiate a sole source contract with EATON - Aerospace Group (EAG) Grand Rapids, Michigan for the procurement of a Feel Trim Actuator (FTA) Test Stand required to conduct acceptance tests for F/A-18 A-D and E-G Lateral and Longitudinal Stick Position Sensors at Building 378, North Island Naval Air Station San Diego CA. The Government intends to negotiate solely with EAG per FAR 6.302-1, Only One Responsible Source, as no other source of supplies will satisfy agency requirements. EATON - Aerospace Group is a source unique capable of fulfilling the Government's needs for the following reasons: The FTA Stand offered is a new and current available model operated using software and hardware compatible with other FTAs currently in used by the US Navy. The required software for operation of the FTA is owned by EAG. This software is used throughout the Navy for all of the FTA Test Stands supporting the actuators for the FA-18 aircraft and it is required by Navy regulations that all FTAs maintenance teams use the same software and hardware. No other FTA manufacturer has the rights to the software used with the FTA. Interested parties shall provide responses to this notice no later than 23 August 2018. Responses will be emailed to Frank Mendoza at Francisco.mendoza1@us.navy.mil and Debra Zamarron at Debra.Zamarron@navy.mil. DISCLAIMER: THIS ANNOUNCEMENT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR QUOTES OR PROPOSALS. 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. The PSC for this requirement is 3590; the NAICS is 811219 with a size standard of $20.5M. SUBMITTAL INFORMATION Responses to this notice may include a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating the ability to provide the FTA as stated above and the attached statement of work. This documentation must address, at a minimum, the following : 1. What type of work has your company performed in the past in support of the same or similar requirements? 2. What specific technical skills and resources does your company possess which ensures capability to satisfy the requirements as stated in the statement of work. 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/. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e20c98726a8723d00a00dd92a3288538)
- Place of Performance
- Address: North Island, San Diego, California, United States
- Record
- SN05042760-W 20180819/180817230806-e20c98726a8723d00a00dd92a3288538 (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 |