Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOURCES SOUGHT

A -- P-8A Advanced Processor Build (APB) Software Development & Integration

Notice Date
5/20/2020 5:32:09 AM
 
Notice Type
Sources Sought
 
NAICS
54171 — Research and Development in the Physical, Engineering, and Life SciencesT
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-290-0761
 
Response Due
6/4/2020 9:00:00 AM
 
Archive Date
06/04/2020
 
Point of Contact
Gordon R. Muldoon, Phone: 3017573037
 
E-Mail Address
gordon.muldoon@navy.mil
(gordon.muldoon@navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), PMA-290 (Program Office for P-8A aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to perform software development and integration of Advanced Processor Build 6 software into the P-8A aircraft in order to employ the MK 54 Mod 1 & 2 torpedo in an Enhanced (and legacy) Digital Fire Control Interface (eDFCI). Engineering tasks for this effort include, but are not limited to upgrades to the Boeing Tactical Open Mission System (TOMS) and Stores Management Computer (SMC) with subsequent updates to the Airborne Weapons Simulator, Ground Health Maintenance System, wiring, interfaces, test planning, execution, and flight test efforts. The Government will review industry responses to this sources sought in order to determine whether it is appropriate to issue competitive solicitations on an unrestricted basis or pursue a sole source award. The contemplated contract action covers a planned period of performance from March 2021 through March 2026. DISCLAIMER This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1.� This is not a Request for Proposals.� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice.� The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person�s costs incurred responding to this Notice. BACKGROUND The Boeing Company (Boeing) is the original designer, developer, and manufacturer of the P-8A Poseidon aircraft.� The MK 54 Mod 1 torpedo was introduced in Advanced Processor Build 5, currently integrated into SMC software installed on the P-8A.� However, due to recent advances in technology, and to meet the next generation of emerging threats in undersea warfare, the MK 54 Mod 2 is being developed.� �� ELIGIBILITY The PSC for this requirement is AC13; the NAICS is 541712. �All interested businesses are encouraged to respond. SUBMISSION DETAILS: Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals.� Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government.� A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government.� Capability Statements received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Small/Large Business Status:� A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status; (2) Teaming/Licensing Agreement (or equivalent):� Due to the fact that The Boeing Company is the only entity with sufficient technical data to perform the integration of the APB 6 MK 54 Mod 2 onto the P-8A, each interested party (other than Boeing) must include a teaming or licensing agreement (or equivalent document) signed by Boeing indicating that Boeing agrees to partner with or be a subcontractor to the interested party for the contemplated procurements. (3) Execution:� A description of the technical approach for meeting schedule and performance requirements of the contemplated procurements.� If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance. (4) Experience:� A description of previous (awarded within last 3 years) or current relevant contracts. (5) Personnel:� Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. (6) Facilities:� Availability and description of facilities and equipment that will be utilized to meet requirements. (7) Security:� A description of facility and personnel security regarding the handling and storage of classified information and hardware. (8) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information.� Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman.� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information not later than 15 calendar days after the posting date of this Notice.� Classified material SHALL NOT be submitted.� All submissions shall include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted.� Point-of-contact information shall include name, position, phone number, and email address.� Acknowledgement of receipt will be provided.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.� All submissions must be clearly marked with the following caption:� For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.� Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.� All information received in response to this Notice that is marked proprietary will be handled accordingly.� Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.� Note:� If the interested person is a foreign entity or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to the contract specialist and contracting officer listed on this Notice.� Submissions must be received by the contract specialist and contracting officer listed on this Notice no later than 15 calendar days after the date of this Notice.�� Questions regarding this sources sought must be emailed to the contract specialist and contracting officer listed in this Notice. Please do not inquire via telephone.� Responses transmitted by means (e.g., by telephone, telefax, mail, etc.) other than email will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6243c1e1bb56454b8e763830239a197b/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05664683-F 20200522/200520230159 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.