Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2019 FBO #6495
SPECIAL NOTICE

16 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - SUPPLIES AND SERVICES TO SUPPORT THE TURRENT DEPLOYMENT DRIVE SYSTEM (TDDS)

Notice Date
9/5/2019
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 3373, Crane, Indiana, 47522-5001, United States
 
ZIP Code
47522-5001
 
Solicitation Number
N0016419SNC29
 
Archive Date
10/5/2019
 
Point of Contact
Theresa Jones,
 
E-Mail Address
theresa.a.jones2@navy.mil
(theresa.a.jones2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
N0016419SNC29- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT - SUPPLIES AND SERVICES TO SUPPORT THE TURRENT DEPLOYMENT DRIVE SYSTEM (TDDS) - FSC 1680 - NAICS 336413 Issue Date: 05 SEPT 2017 - Closing Date:20 SEPT 2019 - 3:00 PM EDT REQUEST FOR INFORMATION (RFI) - The Government is issuing this RFI/sources sought announcement as part of market research of Lay-In Spares and Engineering/Logistics Support, & Site Visits to support the Turret Drive Deployment System (TDDS), on behalf of the NSWC Crane Division Airborne Electronic Attack (AEA) Fleet Support Team (FST). The Naval Surface Warfare Center, Crane Division located at Naval Support Activity, Crane, IN intends to award a sole source contract to the original equipment manufacturer of the Turret Deployment Drive System (TDDS) Beaver Aerospace & Defense Incorporated, 11850 Mayfield Street, Livonia, MI 48150-1708. This effort will be conducted on a sole source basis in accordance with the statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1. The basis for restricting competition to the Beaver Aerospace & Defense Incorporated, TDDS is that it would result in substantial duplication of costs to the Government that is not expected to be recovered through competition. Awarding these requirements to another source would also create unacceptable delays in fulfilling the agency's requirements. Performance of these requirements by a source other than Beaver Aerospace would require development and reproduction of a new system, which would in turn would require new and additional laboratory, ground, and flight testing and qualification from component level through full-up P-8A weapons system performance, resulting in extensive additional costs and delays. Beaver Aerospace is the original design architect for the TDDS and is the original equipment manufacturer (OEM) and supplier of all generations of the TDDS. The TDDS was developed under the P-8A System Development and Demonstration (SDD) contract (N00019-04-C-3146), awarded to Boeing on a sole-source basis in 2004. Beaver Aerospace (a subcontractor to Boeing under the SDD contract) was contracted for the design, development, and manufacture of the TDDS. Beaver Aerospace maintains a high degree of TDDS technical expertise and currently supplies the TDDS to Boeing for installation on the P-8A Poseidon Aircraft, while also maintaining the production and repair facilities for the TDDS. In accordance with Department of Defense FAR Supplement (DFARS) Procedures, Guidance, and Information (PGI) 206.302-1, the Government is accepting information from companies potentially capable of meeting the requirements as described above. Companies with the capabilities and facilities to that would enable them to meet the Government's requirements may respond. Responses shall address how the respondent proposes to design, manufacture, assemble, test, produce, deliver and support the TDDS and overcome the time delays and cost associated with the tasks described in the preceding paragraph. Responses shall include availability, budgetary cost estimate, and lead time of the solution. All interested parties may submit company and product literature, a white paper no longer than 5 pages, and/or other pertinent information, such as a description with performance parameters and a statement of current availability, summary of prior testing, test reports, a budgetary estimate of test articles, and an explanation as to why the Government should not procure this effort on a sole source basis as stated above given the estimates of duplication of costs and time delays. Responses to the Market Survey shall include the following: Submitter's Name Street Address, City, State, Zip Code Business Size Point of Contact (POC) POC Telephone Announcement Number: N0016419SNC29 Please include the purpose/explanation of the response to the Market Survey, i.e. to better understand the Government requirements; to potentially become a viable source for future requirements; to take exception to the anticipated sole source as your company currently meets all of the Government requirements and can successfully offset the projected cost duplication and schedule delays. The Government may contact RFI respondents to get clarification on the information submitted. Contractors must be properly registered in the Government System for Award Management database (SAM). Contractors may obtain information on SAM registration and annual confirmation of requirements by calling 1-866-606-8220, or via the internet at www.sam.gov. At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI/sources sought does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the government to issue a formal solicitation or ultimately award a contract. The US Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. Market Survey information may be submitted to the Point of Contact (POC) any time prior to the expiration of this announcement. The POCs for this effort are Mrs. Theresa Jones theresa.a.jones2@navy.mil or 812-854-4338 and Mr. Barry Gatewood barry.n.gatewood@navy.mil or 812-854-8568. The mailing address is: NAVSURFWARCENDIV Crane Attention Theresa Jones, Code 0242, Bldg 121 300 Highway 361, Crane, IN 47522-5001. Responses to this RFI/sources sought may be emailed to the POCs above. If any part of the submittal is classified, please contact the POCs for appropriate submission information. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016419SNC29/listing.html)
 
Record
SN05432918-W 20190907/190905231236-a4e6389c5053a7429f32a09c99924213 (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.