Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 29, 2018 FBO #6245
SOURCES SOUGHT

J -- T-45 Aircraft Retrofit Kits, Lots Three (3) and Four (4)

Notice Date
12/27/2018
 
Notice Type
Synopsis
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
 
ZIP Code
32826
 
Solicitation Number
N6134019R0070
 
Response Due
1/11/2019
 
Archive Date
1/26/2019
 
Point of Contact
Tracy Harper (407) 380-4306
 
Small Business Set-Aside
N/A
 
Description
Source Sought Notice T-45 INLET Modification Program NOTIFICATION OF INTENT TO AWARD A SOLE SOURCE CONTRACT INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) located in Orlando, FL and the Naval Undergraduate Flight Training Systems Program Office (PMA-273) announces its intention to award a sole source delivery order to The Boeing Company that will include the production of the T-45 Inlet Modification Program Retrofit Kits Lots Three (3) and Four (4), associated Support Equipment (SE)/Special Tooling (ST), and Original Equipment Manufacturer (OEM) engineering, and logistics support for the requirements under the T-45 Inlet modification program. This order is intended to be awarded in the first quarter of FY20 with a one-year base period and one option period that will allow procurement of retrofit kits through FY21. The anticipated contract type is a delivery order from The Boeing Company Basic Ordering Agreement (BOA). The Boeing Company is the original designer, developer, and manufacturer of the T-45 aircraft and its systems, as well as the owner of the Technical Data Package of the airframe required for this effort. The Government intends to award a sole source delivery order to The Boeing Company. For information regarding subcontracting opportunities, please contact Amir Guirguis with The Boeing Company at Amir.M.Guirguis@boeing.com. If any other company believes that it can fulfill the Government ™s requirements, they should submit a capabilities package as outlined below. Submission of a capabilities package does not guarantee that the Government will compete this requirement. DISCLAIMER 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. 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. PROGRAM BACKGROUND Some of the previous contract work for this contract was performed under N00019-11-G-0001 DO 1512 T-45 Inlet Modification Retrofit Kits Non-Recurring and N00019-16-G-0001 Order N61340-18-F-0067 Production Lots One (1) and Two (2). REQUIRED CAPABILITIES 1. The interested party shall be capable of providing: a. Inlet Kit and SE/ST manufacturing and production b. OEM reachback engineering, technical and logistics for the T-45 Aircraft CLS Contractor ™s installation effort for the inlet modification 2. The interested party must be able to demonstrate its ability to obtain the required Original Equipment Manufacturer (OEM) Technical Data Package (TDP) to perform this work. ELIGIBILITY The applicable NAICS code for this requirement is 336413 (Other Aircraft Parts and Auxiliary Equipment), which has a small business size of 1,250 employees. The Product Service Code is 1680, which is for Hardware: Miscellaneous Aircraft Accessories and Components. Businesses of all sizes are encouraged to contact The Boeing Company; however, each respondent must clearly identify its business size in its capabilities statement. Please note that under a Small- Business Set-Aside, the small business prime contractor must perform at least 50% of the work themselves in terms of the cost of performance in accordance with FAR 52.219-14. All new entities registering in the General Services Administration ™s (GSA) 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/weeks and are proactive in maintaining the SAM registrations in an śActive ť status as the Government cannot award to an entity without an śActive ť SAM registration. More information can be found at www.gsa.gov/samupdate. ť ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2010. All responses shall include Company Name, Company Address, Company Business Size, and at least two Points of Contact including name, phone number, and e-mail address. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company manage a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUB Zone, or Service Disabled Veteran-Owned Small Business Concern. 7.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The deadline for response to this request is 11 Jan 2019. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Market research results will assist the Government in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions regarding this Sources Sought Notice must be submitted via e-mail to Stephanie Gvozd, at Stephanie.Gvozd@navy.mil with a copy to Tracy.Harper@navy.mil. No questions will be accepted by phone. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134019R0070/listing.html)
 
Record
SN05182784-F 20181229/181227230008 (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.