SOURCES SOUGHT
15 -- E-6B Auxiliary Power Unit (APU) P-61 Panel Kit and Installation on one aircraft
- Notice Date
- 7/1/2021 7:17:34 AM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- 920-07012021
- Response Due
- 7/15/2021 12:00:00 AM
- Archive Date
- 07/30/2021
- Point of Contact
- Cynthia Quade, James M. Smith
- E-Mail Address
-
Cynthia.m.quade@navy.mil, James.M.Smth@navy.mil
(Cynthia.m.quade@navy.mil, James.M.Smth@navy.mil)
- Description
- 1.� GENERAL The Naval Air Systems Command (NAVAIR), Program Executive Officer, Air, Anti-Submarine Warfare and Special Weapons (PEO-A), Airborne Strategic Command, Control and Communications Program Office (PMA-271) intends to award a sole source contract for one Auxiliary Power Unit (APU) P-61 Panel Kit and installation on an E6-B aircraft, that has already been outfitted with the upgraded [T-62T-48LC-1] APU. This action is intended to be awarded on a sole source basis to L-3, Communication Integrated Systems, Waco, TX under the authority permitting other than full and open competition, Title 10, U.S.C. 2304 (c)(1), as implemented by FAR 6.302-1, ""Only One Responsible Source and No Other type of Supplies or Services Will Satisfy Agency Requirements."" �Other interested parties may identify their interest and capability to respond to this requirement no later than 15 July 2021. 2. LEGAL NOTICE THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCE SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� 3.� BACKGROUND The President, Secretary of Defense, and the Joint Staff have requirements to exercise direct control of U.S. strategic and conventional forces via survivable communications links that include the E-6 aircraft.� The E-6B configuration consolidates the Take Charge and Move Out (TACAMO) strategic communications relay mission and the Airborne Command Post (ABNCP) command and control missions, performed under the operational control of the U.S. Strategic Command (USSTRATCOM).� The APU P-61 panel upgrade is critical to bringing the configuration of the one E-6B aircraft to the fleet standard. 4.0 ELIGIBILITY The applicable North American Industry Classification System (NAICS) code is 336412 with a Small Business Size standard of 1,500 employees. The Product Service Code (PSC) is 3724. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. 5.0: Submission Details Responses shall be delivered electronically in pdf or Microsoft Word format to Cindy Quade at cynthia.m.quade.civ@us.navy.mil.� The submission shall be less than 5MB, no greater than ten pages (8.5� x 11�) and in font no smaller than 12 point.� Responses shall include the following information (do not submit classified information): Company Name; Company Mailing Address; Company CAGE Code; Data Universal Numbering System (D-U-N-S Number), Company Business Size; Company Point of Contract (POC) Name, Phone Number, and Email Address An UNCLASSIFIED description of the respondent's general capabilities to support the ability to propose to and perform this effort Describe your company�s ability to manage and secure up to SECRET information. Direct information and/or strategies to accomplish the following: Ability to Provide the P-61 kit required for the installation. �The data rights and technical data based on changes resulting from the Validation and Verification Installations performed by L3 Communication Integrated Systems, required to provide the P-61 panel. Ability to gain access to L3 Communication Integrated Systems drawings and technical data required to support the installation of the APU P-61 panel kit based on changes resulting from the Validations and Verification Installation performed by L3 Communication Integrated Systems. Ability to troubleshoot and resolve any system functionality issues discovered during installation, Contractor Test, and Government acceptance ground and flight testing. Ability to prepare Engineering Change Proposals (ECPs) that may arise during installation and/or test.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cbd2102b008b49bfbb752c30dabd76d8/view)
- Place of Performance
- Address: Waco 76705
- Zip Code: 76705
- Zip Code: 76705
- Record
- SN06049891-F 20210703/210701230121 (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 |