Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2023 SAM #8012
SOURCES SOUGHT

J -- Sources Sought for Various E-6B Platform Requirements

Notice Date
11/2/2023 4:56:36 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
N00019-24-RFPREQ-APM271-0286
 
Response Due
11/17/2023 11:00:00 AM
 
Archive Date
12/02/2023
 
Point of Contact
Sydney Guy, Louise Joy, Phone: 3017578969
 
E-Mail Address
sydney.m.guy.civ@us.navy.mil, louise.m.joy.civ@us.navy.mil
(sydney.m.guy.civ@us.navy.mil, louise.m.joy.civ@us.navy.mil)
 
Description
INTRODUCTION Naval Air Systems Command (NAVAIR) Airborne Strategic Command, Control, and Communications Program Office (PMA-271) in Patuxent River, MD announces its intention to issue a Corporate Basic Ordering Agreement (BOA) and is seeking to gain understanding of industries capability to deliver the products and services outlined below in support of the E-6B platform. These requirements are subject to change, and the final requirements will be defined under a formal request for proposal. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small and large businesses, capable of fulfilling the requirements 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 Notice. � ELIGIBILITY: Delivery/Task Orders anticipated to be placed under this Basic Ordering Agreement (BOA) will be under North American Industry Classification System (NAICS) codes 336413 and 488190 and Product Service Codes (PSC) J015 and 5999. Businesses of all sizes are encouraged to respond; each respondent must clearly identify their business size. All interested parties are encouraged to respond. The Government will consider all information received by 17 November 2023 PROGRAM BACKGROUND The E-6B consists of the commercial Boeing 707 commercial aircraft that has been modified to meet Navy requirements by integrating numerous systems and subsystems. Previous mission systems efforts include Block I System Design and Development (SD&D), Block I Low-Rate Initial Production (LRIP) and Block I Full Rate Production (FRP). The Block I program developed and fielded Aircraft Mission Avionics and Support Systems to address mission system deficiencies and obsolescence.� Systems affected include the Mission System, Intercommunication and Environmental Control, Very Low Frequency Transmit Terminal (VTT), Sustainment and Support Systems (SASS), and associated training device upgrades. �Additional systems installed in support of the E-6B include, High Power Transmit Set (HPTS), Internet Protocol Bandwidth Expansion (IPBE) Phase 3 (integration only) and Digital Red Switch System (DRSS) Power Control System. Rockwell Collins Inc. is the Original Equipment Manufacturer (OEM) who has designed, developed, and solely integrated a significant number of mission systems for the E-6B platform which includes developing, producing, testing and fielding subsystems in support of the Block I System. ANTICIPATED PERIOD OF PERFORMANCE This announcement contemplates contract actions (orders and order modifications) issued under BOA N0001919G0031 from March 2024 through March 2029.� The period of performance for each contract action depends on the complexity and scope/size of the efforts required to fulfill each action�s requirements and a synopsis will be posted to SAM.gov for each specific requirement on all future Task and Delivery Orders. ANTICIPATED CONTRACT TYPE Per FAR 16.703(a), a BOA is a written instrument of understanding, negotiated between an agency, contracting activity, or contracting office and a contractor. A BOA is not a contract. It is anticipated that fixed-price, cost-reimbursement, and time-and-material orders will be eligible contract types for orders issued under this BOA, to be specified in each applicable task/delivery order. REQUIREMENTS: E-6B unique supplies and services to be procured will be limited to items and services that require access to either proprietary computer software, inherent proprietary technical data or through its access unique resources, skillsets or facilities that only Rockwell Collins (as the OEM) has, which are needed to fulfill requirements. The systems, subsystems, and support equipment covered by this BOA will include but are not limited to: Mission System� Block I System� Sustainment and Support System (SASS)� Very Low Frequency (VLF) System Internet Protocol Bandwidth Expansion (IPBE) Phase 4 Control Display Unit (CDU) Digital Red Switch System (DRSS) Power Control System ARC-171 R/T, High Power Amplifier, and C3 Modem� ARC-210 Radio Antenna Reeling Machine (ATRM) Test Bench Nuclear Hardening (TBNH) GCU (Generator Control Unit) IDG (Integrated Drive Unit) The support needed for these systems and subsystems include but are not limited to:� Engineering Change Proposal (ECP), Non-Recurring Engineering (NRE) and associated validation and verification of the resulting technical directives including logistics impacts, manufacturing and delivery of retrofit kits, testing of retrofit safety and test equipment changes, integrated logistics support as well as spare and repair parts for aircraft, subsystems support equipment, training and related software.� Sustaining engineering technical support, including Engineering Investigations (EIs), technical manuals and studies;� Development, validation, verification, and/or revisions to technical publications/manuals, and technical directives (TDs);� Obsolescence management requirements (Diminishing Manufacturing Sources and Material Shortages);� Requalification efforts for subsystem/parts;� Training;� Secure system integration lab support for aircraft and mission subsystems;� Test equipment modification and calibration;� Technical data, Interactive Electronic Technical Manuals, Post Production Support Analysis;� Unique support equipment;� Integrated logistics support;� Cybersecurity;� Secure software development, integration, support and maintenance;� Post production transition and shutdown planning;� NRE, kit production, validation and verification kits and installs;� Procurement and installation of aircraft kits, spares and production support assets; and Test, validation, evaluation and studies of aircraft cooling, weight, and power impacts.��� In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work itself in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. In addition to utilizing fixed price contract actions, NAVAIR contemplates utilization of cost-reimbursement and time and material type contract actions. Therefore, interested parties will also be required to have a Government approved accounting system upon contract award. This Sources Sought requests information to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, ability to acquire or obtain access to the required technical data and computer software, and knowledge required to fulfill the requirements. Rockwell Collins Inc. is the Original Equipment Manufacturer (OEM) and the sole designer, developer, and integrator of a significant number of mission systems for the E-6B platform. The Government neither possesses nor can provide full access to required technical data and computer software. Respondents will need to provide licensing agreements that clearly demonstrate their ability to obtain access to technical data and computer software needed to fulfill the requirements here. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE 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 VOLUNTARY. Interested parties may submit a capability statement in which they identify their interest and capability to perform to this requirement. The Government will consider all information received by 17 November 2023 at 14:00. A determination by the Government not to compete the respective BOA orders based upon responses to this notice is solely within the discretion of the Government. For other information, contact Sydney Guy, Code 2.3.6.1.3, telephone (240) 925-8665, e-mail: sydney.m.guy.civ@us.navy.mil SUBMITTAL INFORMATION: Interested parties (respondents), must submit an UNCLASSIFIED capability statement. Each capability statement shall include at a minimum: 1. Approach and Experience: Description of the respondent�s approach and experience with fulfilling the requirements described above for large, land-based fixed wing military aircraft platforms similar to the E-6B. 2. Technical Data Licensing Agreement: A technical data licensing agreement (or letter of intent to enter into such a licensing agreement) signed by Rockwell Collins that clearly demonstrates the respondent�s ability to obtain from Rockwell Collins access to and utilization of E-6B technical data. 3. Computer Software Licensing Agreement: A computer software licensing agreement (or letter of intent to enter into such a licensing agreement) signed by Rockwell Collins that clearly demonstrates the respondent�s ability to obtain from Rockwell Collins access to and utilization of E-6B computer software. 4. Security: Statement regarding respondent�s capability to obtain the required industrial security clearances for personnel. Performance under this effort requires the contractor to have the ability to handle classified information up to and including TOP SECRET, as well as Secure Internet Protocol Router (SIPR) access. 5. 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 work itself in terms of cost of performance. 6. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. Data Markings. In order to complete its review, NAVAIR must be able to share a respondent�s information both 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 with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Responses to this Notice shall be sent via e-mail to the Government points of contact listed on this Notice. Submissions must be received by the Government points of contact listed on this Notice no later than the Response Date indicated on this Notice. Page Limit, Language, and Unclassified: Each submission shall not exceed 5 pages.� Documentation provided in response to requirements #2 and #3 do not count towards page limitations. Responses must be written in English. Classified information or material SHALL NOT be submitted. Questions regarding this sources sought must be emailed to the Government points of contact listed on this Notice. Please do not inquire via telephone Capability statement packages may be sent by mail, e-mail or fax NLT 1400 EST, 17 November 2023 to: Sydney Guy, NAVAIR, Air 2.3.6.1.3 Naval Air Systems Command, 47123 Buse Rd., Bldg. 2272 Patuxent River, MD 20670 sydney.m.guy.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/702197a3785d433ebd07e2339c3130b8/view)
 
Place of Performance
Address: TX, USA
Country: USA
 
Record
SN06875144-F 20231104/231102230052 (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.