Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2022 SAM #7678
SOURCES SOUGHT

15 -- Application-Specific Integrated Circuit (ASIC) Chip Redesign

Notice Date
12/6/2022 11:27:02 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-TPM265-0196
 
Response Due
12/21/2022 11:00:00 AM
 
Point of Contact
John Brady, Samantha Pennini, Phone: 3017577353
 
E-Mail Address
john.a.brady45.civ@us.navy.mil, samantha.l.pennini.civ@us.navy.mil
(john.a.brady45.civ@us.navy.mil, samantha.l.pennini.civ@us.navy.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.� IT DOES NOT CONSITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS, AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNATRY.� It is a market research tool being used to determine potential and eligible small business firms capable of providing the supplies and/or services described herein prior to determining the method of acquisition and issuance of a Request for Proposal.� The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Supplement PGI 206.302-1(d). The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to negotiate and award a sole source contract to General Electric Aviation Systems LLC (GEAS) to complete the redesign of the Application-Specific Integrated Circuit (ASIC) chip.� The ASIC chip is a subcomponent associated with the CV-4257/AYK-22(V) Station Control Unit (SCU), PN 82371-01, and the Stores Management Processor (SMP), PN 82370-02, for the FA-18E/F and EA-18G aircraft.� Once redesign of the ASIC chip is complete NAVAIR plans to procure 1,031 units of the redesigned Application-Specific Integrated Circuit (ASIC) daughter card and 456 Stores Control Units (SCUs).� NAVAIR intends to pursue this acquisition on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by Federal Acquisitions Regulation (FAR) 6.302-1, �Only one responsible sole source and no other supplies or services will satisfy agency requirements.�� The Government has deemed the requirements listed above, for the continued development or production of a major system, to be available only through the original source.� Award to any other source would result in unacceptable delays in fulfilling the Navy�s requirement. ELIGIBILITY The Product Service Code (PSC) for this requirement is 1510, and the NAICS code is 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing). REQUIRED CAPABILITIES The contractor must conduct hardware change impact analysis for A2 and A4 CCAs and the SCU and SMP end item.� Additionally the contractor must conduct design reviews, provide test systems support, pre-qualification, and qualification testing, and provide materials and produce the SCU and SMP units. INCUMBENT GEAS has previously fulfilled these requirements as a subcontractor, most recently under N0001918C1046. SUBMISSION DETAILS Interested businesses�shall submit a brief capabilities statement package (no more than ten 8.5 x�11 inch�pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies and services listed in the?required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.� The documentation must address, at a minimum, the following: the type of work your company has performed in the past three (3) years in support of same/similar requirement(s), CAGE Code and DUNS number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein.� Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.� The capability statement package shall be sent by email to�john.a.brady45.civ@us.navy.mil.�Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on�21 December 2022. Questions or comments regarding this notice may be addressed to�John�Brady�via email at�john.a.brady45.civ@us.navy.mil. Contracting Office Address:�� Building 2272� 47123 Buse Road Unit IPT� Patuxent River, Maryland 20670 United States�� Place of Performance:�� Performance�is anticipated to�occur at the General Electric Aviation Systems facility in Clearwater, FL.� Primary Point of Contact:�� John Brady Contract Specialist� john.a.brady45.civ@us.navy.mil�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ec6ded40aae4b2c96136857d6744b6f/view)
 
Place of Performance
Address: Clearwater, FL 33762, USA
Zip Code: 33762
Country: USA
 
Record
SN06536627-F 20221208/221206230100 (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.