SOLICITATION NOTICE
15 -- Retrofit Incorporation of P-8A Poseidon of the Draw Through Duct Air Flow Switch Diminishing Manufacturing Sources Replacement Engineering Change Proposal
- Notice Date
- 9/22/2020 1:45:16 PM
- Notice Type
- Presolicitation
- NAICS
- 33641
—
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-RFPREQ-PMA-290-1044PS
- Response Due
- 10/7/2020 12:00:00 AM
- Archive Date
- 10/22/2020
- Point of Contact
- Shantora Bennett, Scott Segesdy
- E-Mail Address
-
shantora.l.bennett1@navy.mil, scott.segesdy@navy.mil
(shantora.l.bennett1@navy.mil, scott.segesdy@navy.mil)
- Description
- DESCRIPTION The Naval Air Systems Command (NAVAIR) intends to issue a solicitation, negotiate, and award a contract, on an other than full and open basis under FAR 6.302, to Boeing Seattle, WA, for supplies and services in support of the retrofit incorporation into the P-8A Poseidon of the Draw Through Duct Air Flow Switch Diminishing Manufacturing Sources Replacement Engineering Change Proposal.� The contract is planned to be awarded in the fourth quarter of Government Fiscal Year 2021 (Q4FY21). DISCLAIMER This Notice is issued in accordance with FAR 5.204. �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 NAVAIR intends to solicit a proposal, negotiate, and procure from Boeing supplies and services in support of the retrofit incorporation into the P-8A Poseidon of the Draw Through Duct Air Flow Switch Diminishing Manufacturing Sources Replacement Engineering Change Proposal (ECP). �More specifically, NAVAIR plans to procure: �(1) Non-Recurring Engineering (NRE) for a depot maintenance level retrofit incorporation of the ECP including developing and fabricating or acquiring an ECP retrofit kit, developing a Technical Directive (TD) and Installation Data Package (IDP) to install/integrate the kit, and verifying and/or validating the kit, TD, and IDP; and (2) Fabrication and delivery of approximately 85 retrofit kits.� The planned timeline is contract award by Q4FY21 with completion of the effort by 3QFY24. Boeing is the Original Equipment Manufacturer (OEM) of the P-8A Poseidon and has been the prime and only integrator of P-8A systems and subsystems. �Boeing is the only source with the knowledge, expertise, facilities, equipment, qualified personnel, and technical data necessary to accomplish this effort. �Any interested party must have the knowledge, expertise, facilities, equipment, qualified personnel, and technical data necessary to accomplish this effort within schedule requirements. �This synopsis is for informational purposes only. SUBMISSION DETAILS Any interested party (respondent) may submit a Capability Statement within the required response time to demonstrate respondent�s ability to fulfill the Government�s requirements. �Only Capability Statements received not later than the Response Date indicated in this Notice will be considered by the Government. �A determination by the Government not to compete the proposed contract action based upon responses to this Notice is solely within the discretion of the Government. �Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Capability Statements submitted shall be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. 1.�� Experience:� Description of the Contractor�s experience with developing and implementing depot maintenance level retrofit ECPs on U.S. Navy fixed wing aircraft. 2.�� Execution: A description of the approach [technical and schedule] for fulfilling each of the requirements described above. 3.�� Technical Data Licensing Agreement:� A technical data licensing agreement signed by Boeing that clearly demonstrates the party�s ability to obtain from Boeing access to and utilization of P-8A technical data. 4.�� Personnel:� Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. 5.�� Security:� Statement regarding capability to obtain the required industrial security clearances for personnel. 6.�� Company profile:� Include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company's ability to perform at least 50% of the tasking herein described. 7.�� Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. Interested parties are advised against submitting a Capability Statement/Proposal 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. Classified material SHALL NOT be submitted. �All submissions should include this 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 should include name, position, phone number, and email address. �All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. Data Markings: �In order to complete its review, NAVAIR must be able to share a respondent�s information within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014). �Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. �All submissions must include a statement which clearly allows for the information to be disclosed within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). 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 concern 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 Scott Segesdy at scott.segesdy@navy.mil and Shantora Bennett at shantora.l.bennett1@navy.mil. �Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Scott Segesdy and Shantora Bennett, will not be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/28aafb8caa694393976dc34b37c62c96/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05807098-F 20200924/200922230211 (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 |