Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2019 FBO #6302
SOLICITATION NOTICE

J -- Keystone - F-18 Performance Based Logistics Contract

Notice Date
2/22/2019
 
Notice Type
Synopsis
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
 
ZIP Code
19111
 
Solicitation Number
N0038319KEYSTONE
 
Response Due
3/9/2019
 
Archive Date
3/24/2019
 
Point of Contact
P: 215-697-3059
 
Small Business Set-Aside
N/A
 
Description
KEYSTONE SYNOPSIS NAVSUP Weapon Systems Support plans to award a performance-based contract including engineering, supply and technical support for the list of F/A-18 and EA-18 components attached to this presolicitation notice. Systems covered under this contract will be a combination of avionics and structural components, including, but not limited to, the Advanced Targeting Forward Looking Radar, Generator Converter Unit, Bleed Air Valve, Canopy, APG-73 Radar, Arresting Gear, Environmental Systems Regulator, Environmental Systems Control, Environmental Systems Valve, Airframe Mounted Accessory Drive, Cabin Pressurization Regulator, Flight Control Set, Composite Repair Kit, ACS Refrigeration, USQ-140 MIDS, JHMCS, Hydraulic Servo cylinder, Primary Pressure Regulating Shutoff Valve, Engine Bay Door, and APX-111. The covered F-18 items may also potentially include Flight Control Surfaces. This performance-based contract will be awarded to The Boeing Company (CAGE 0PXV4) located in St. Louis, MO in June 2019. Under the anticipated contract, Boeing will be required to assist the Naval Aviation Enterprise reach its goal of achieving additional mission capable aircraft and meet the required mission capable rate. The contract will require integrated supply chain management, including management of organic depot and commercial suppliers, material management, configuration management, obsolescence management, engineering support and sustainment elements, packaging, storage, field support and reliability improvements for the covered items and systems. In addition to providing innovative supply chain solutions, the contract will require decrease of backorders while delivering material in accordance with established metrics. The maximum period of performance will not exceed ten (10) years. Justification for Sole Source Acquisition: the statutory authority applicable to permit other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Absent interest/approval of additional sources, the Government intends to negotiate a contract with The Boeing Company (CAGE 0PXV4). The Boeing Company is the original equipment manufacturer (OEM) of the F/A-18 and EA-18 aircraft and as such, possesses unique technical expertise and authority associated with the complex integration of systems. Only Boeing has access to current and historical failure data, with sufficient level of detail and an understanding of system interdependencies, that is required for root cause analysis and corrective action implementation. Only Boeing, as the design authority of the F/A-18 and EA-18 and has the ability to observe, analyze, approve and implement design, maintenance or employment changes required to minimize unanticipated failures across the family of systems associated with F/A-18 and EA-18. Boeing is the only source capable of design or operational employment changes at the appropriate level to affect improved performance of the F/A-18 and EA-18 capability at the rate needed by the Navy. Despite being designated sole source, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any question concerning this notice, contract the PCOs, Susan Stein at Susan.Stein@navy.mil and Ismael Gaytan at Ismael.Gaytan@navy.mil. The subject items require Government source approval prior to contract award, as the items are flight critical and/or the technical data available has not been determined adequate to support repair via full and open competition. Only The Boeing Company will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP Source Approval Information Brochure for repair. This brochure identifies technical data required to be submitted based on your company ™s experience in the repair of the same or similar items. If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded for request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. One or more items under this acquisition are subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Subcontracting Opportunities: All businesses interested in subcontracting opportunities should contact Boeing. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (22-FEB-2019); 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/NAVSUP/N00383/N0038319KEYSTONE/listing.html)
 
Place of Performance
Address: 6200 J.S. McDonnell Blvd , St. Louis, MO
Zip Code: 63134
Country: US
 
Record
SN05230554-F 20190224/190225090919 (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.