Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2024 SAM #8408
SOURCES SOUGHT

99 -- Block III IDIQ

Notice Date
12/2/2024 2:52:39 PM
 
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-TPM265-0125
 
Response Due
12/18/2024 2:00:00 PM
 
Archive Date
01/02/2025
 
Point of Contact
Cassandra Spence, Phone: 3017571379, Fax: 3019950705, Blake Strickland
 
E-Mail Address
cassandra.e.spence.civ@us.navy.mil, blake.a.strickland.civ@us.navy.mil
(cassandra.e.spence.civ@us.navy.mil, blake.a.strickland.civ@us.navy.mil)
 
Description
This Sources Sought Notice is being posted to satisfy the requirement of Federal Acquisition Regulation (FAR) 15.201(e) and Defense Federal Acquisition Regulation Supplement (DFARS) PGI 206.302-1. The Naval Air Systems Command, PMA-265 (Program Office for F/A-18 and EA-18G Aircraft), is soliciting information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to successfully support Block III Retrofit Kits and Weapon Replaceable Assemblies (WRA) to include, Advanced Cockpit System (ACS), Audio Management System (AMS), Digital Communication System, Generation 5 (DCS Gen 5), and Deployable Flight Incident Recorder (DFIRS) Mid-Life Upgrade (MUP) (DFIRS MUP), as well as ancillary services. Supplies and/or services to be procured under include the following: the purchase of components, material, parts; obsolescence mitigation; technical support; troubleshooting support; engineering/trouble report investigations; feasibility and integration studies/efforts; interchangeability assessments; hardware/software/firmware redesign/development/updates; certification testing; configuration changes; data collection, processing, and analysis. The Boeing Company and its subcontractors are the original designers, developers, and manufacturers of the Block III used on the F/A-18 & EA-18G . As such, they possess the requisite technical data and knowledge to meet the Navy�s requirements. The contractor shall be responsible for obtaining from Boeing and/or its subcontractors, all manufacturing drawing and proprietary specification data necessary to support the production of Block III. THIS SOURCES SOUGHT NOTICE ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. This RFI is issued solely for market research, planning and information purposes and is not to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited hereunder. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Vendors can additionally provide a capabilities statement of no more than 1 page in length that demonstrates the respondent�s ability to meet the requirements as specified herein . The Government is interested in receiving vendor�s commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the System for Award Management (SAM) website: www.sam.gov. It is the potential offeror�s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 5:00 PM EST, December 18, 2024. Responses shall be submitted electronically to the designated Contract Specialist, Cassandra Spence, in Microsoft Word format or Portable Document Format (PDF) at the following email address: cassandra.e.spence.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/973ce48ce86047bc85b0378747c5172b/view)
 
Place of Performance
Address: Saint Louis, MO 63134, USA
Zip Code: 63134
Country: USA
 
Record
SN07279418-F 20241204/241202230115 (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.