Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2024 SAM #8102
SOURCES SOUGHT

70 -- Flight Deck Modernization

Notice Date
1/31/2024 7:35:58 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-APM217-0251
 
Response Due
2/15/2024 1:00:00 PM
 
Archive Date
03/01/2024
 
Point of Contact
Melissa Buchanan, Phone: 4439759624, Lisa Troccoli, Phone: 9045045558
 
E-Mail Address
melissa.l.buchanan4.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(melissa.l.buchanan4.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
 
Description
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. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The results of this sources sought will be utilized to determine if the required service exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. 1. INTRODUCTION Naval Air Systems Command (NAVAIR), E-6B Aircraft Program Office (PMA-271) located in Patuxent River, Maryland issues a sources sought notice to upgrade the E-6B Flight Deck Architecture. This upgrade may include, but is not limited to, upgrade to the Flight Management Computers (FMCs), the Display Electronics Units (DEUs), or integration of additional hardware in order to achieve a decrease in memory and processing utilization for each unit to 50% or less. The anticipated period of performance is five years from the date of award. The E-6B Flight Management Computer (FMC) and the Display Electronics Units (DEU) have significant deficiencies with regards to memory and processing limitations as a result of dependencies between displays upgrades, navigation database updates, and the mission specific Orbital Improvement System (OIS) software, thus decreasing the space available for memory and processing in both units. Interested parties may identify their interest and capability to respond to the requirement no later than no later than the response date identified in this notice. The Government will not provide funding for a new business to enter the market for costs incurred to develop any of the requirements identified above. 2. REQUIRED CAPABILITIES Interested parties may submit Capability Statements identifying their interest and ability to respond to the requirement. Only Capability Statements received on or before the response date indicated on 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 normally 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: � Ability to decrease memory and processing utilization for each the FMCs and DEUs to 50% or less. � Ability to procure necessary data rights from the E-6B aircraft Original Equipment Manufacturer (OEM) for the OIS or Auto Throttle Software, or any other necessary technical data. 3. ELIGIBILITY The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 541511 and 541512 with a Small Business size standard of $34M. The applicable Product Service Code (PSC) is 7B20. All interested parties must be registered in SAM.gov to be eligible for award of Government contracts. Only interested firms who are capable of providing the supplies and services noted in this notice and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this notice. 4. SUBMISSION CONTENT The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above. Corporate Information a. Company�s name and address. b. Company�s point of contact including email address and phone number who is able to discuss the response submitted. c. Company�s business size and list of NAICS codes under which goods and services are provided. d. General corporate information. e. Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disable, veteran owned, HUB ZONE, etc.) f. Major products and primary customer base g. Statement whether interest in this sources sought notice is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities Specific Sources Sought Information Requested The response should include a concept summary written from a system solution perspective showing how the concept and development methodology could satisfy the requirements defined herein and should at a minimum include the following: a. Proposed approach to meet the Government's complete requirements described above b. A detailed list of anticipated end product technical data. c. Rough Order of Magnitude (ROM) costs and schedule for non-recurring engineering (NRE) to include design, development, test, and integration. d. Rough Order of Magnitude (ROM) costs and schedule for equipment deliveries and installations. e. If an interested party would team with other parties, the capability statement would need to discuss how the work efforts would be separated, the corporate relationship between the parties (i.e. team arrangement, prime-subcontractor, joint venture, etc.) f. A description of the company�s past experience and performance on similar contracts. Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available. This description should address current and prior experiences within five years from the date of this notice. If no similar experiences exist, please address future capabilities. Any future capabilities should provide an outline to the ability to deliver to the requirements defined herein. Specific Commercial Information Requested The response must answer the following questions: a. Are any of these items/services Commercial Items per FAR 2.101(b)? YES NO b. If YES to #3.3a above are these items available with a PUBLISHED Catalog/Price List? YES NO c. If YES to #3.3b above can you supply us with a copy of your Price List? YES NO d. If NO to #3.3a above � if these items are not currently in the commercial market place, will these items be available in the commercial market place? YES NO e. If YES TO #3.3a above can you provide UNREDACTED commercial sales history, listing in catalogs and brochures, known established price list to commercial market place, availability or announcement to the general public? YES NO Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company�s capability. 5. SUBMISSION DETAILS Means of Delivery: All Capability Statements should be sent via email to Melissa Buchanan at Melissa.L.Buchanan4.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the Subject �CONTRACTOR NAME E6B FLIGHT DECK MODERNIZATION�. Media: Responses shall be in Microsoft Word and/or Microsoft Excel format, or Portable Document Format (PDF). Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum. Marking: If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). All responses must be unclassified.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/960dec795fa2419f8f69ea3783a56b50/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06951519-F 20240202/240131230052 (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.