SOLICITATION NOTICE
J -- Keystone - F-18 Performance Based Logistics Contract
- Notice Date
- 3/29/2019
- 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
- N0038319KEYSTONE2
- Response Due
- 4/13/2019
- Archive Date
- 4/28/2019
- Point of Contact
- Ismael Gaytan: Ismael.gaytan@navy.mil P: 215-697-3059
- Small Business Set-Aside
- N/A
- Description
- This pre-solicitation notice modifies and provides additional information regarding the pre-solicitation notice for N0038319KEYSTONE dated 22 FEB 2019. Naval Supply Systems Command Weapon Systems Support plans to award a performance-based contract for an engineering-driven reliability improvement program that systemically improves the way that F/A-18 and EA-18 aircraft are sustained and maintained to improve readiness. This performance-based contract will be awarded to The Boeing Company (Boeing) (CAGE 0PXV4) located in St. Louis, MO in June 2019. Under the proposed 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. Boeing will be required to purchase and manage thousands of F/A-18 and EA-18 aircraft parts that are manufactured by numerous original equipment manufacturers (OEMs) and supplied under separate prime contracts with the Navy. The estimated value of the parts manufactured by the non-Boeing OEMs and supplied under separate contracts is approximately $4.4 billion. Boeing will also be required to actively manage supply sources across a broad base to deliver those parts when and where needed. As noted, the potential contract includes parts manufactured by Boeing and parts manufactured by other OEMs under separate prime contracts with the Department of the Navy. This sole source solicitation to contract with Boeing also includes Product Support Integrator (PSI) functions for the F/A-18 and EA-18 aircraft fleet to improve reliability and maintenance through systems engineering, engineering and re-engineering of parts, management of the supply chain, response to demand signals and purchase of the covered items. Systems covered under this contract will be a combination of avionics and structural components, including, but not limited to, the Advanced Targeting Forward Looking Infrared, Generator Control 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 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)(7) as implemented by FAR 6.302-7, public interest exception to the requirement for full and open competition. Boeing, as the design authority and manufacturer of the F/A-18 and EA-18 aircraft, controls the technical baseline and is, therefore, able to make and understand the impact of system engineering changes to parts and processes to achieve greater reliability and maintenance improvements across the aircraft. Companion to the authority cited above, the statutory authority pursuant to 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, applies to the PSI functions for improving aircraft reliability and maintenance through engineering and re-engineering parts, both for those parts which Boeing is the OEM and for those it is not. This authority also covers the supply function for providing aircraft parts for those parts for which Boeing is the OEM. The estimated value of the companion sole source for Boeing services and parts is approximately $700 million. Absent interest/approval of additional sources, the Government intends to negotiate a contract with Boeing (CAGE 0PXV4). Although designated sole source, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any questions 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 Boeing 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 a request for source approval is currently pending evaluation at NAVSUP WSS, submit with your offer, a copy of the original cover letter requesting 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 not 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. 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 (29-MAR-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/N0038319KEYSTONE2/listing.html)
- Place of Performance
- Address: 6200 J.S. McDonnell Blvd, St. Louis, MO
- Zip Code: 63134
- Country: US
- Zip Code: 63134
- Record
- SN05264839-F 20190331/190329230013 (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 |