Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2024 SAM #8412
SOURCES SOUGHT

K -- Follow-On Test and Evaluation Support for F/A-18 and EA-18G Aircraft (Operating Periods 23-27)

Notice Date
12/6/2024 11:05:19 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-TPM265-1062
 
Response Due
12/23/2024 2:00:00 PM
 
Archive Date
01/07/2025
 
Point of Contact
Jacob Heintze
 
E-Mail Address
jacob.r.heintze.civ@us.navy.mil
(jacob.r.heintze.civ@us.navy.mil)
 
Description
1.0 Introduction Naval Air Systems Command (NAVAIR) F/A-18 and EA-18G Program Office (PMA-265) provides critical current and future capabilities in the form of total life cycle support management for the F/A-18A-D Hornet, F/A-18E/F Super Hornet, and EA-18G Growler weapons systems. The Follow-On Test and Evaluation (FOT&E) effort is crucial to this program�s success in supporting the integration of new and upgraded weapon systems, the United States Navy�s (USN) flight clearance updates, and other product improvements, updates, and enhancements. PMA-265 is soliciting information from industry to determine potential and eligible firms, of all sizes, who have the skills, experience, qualifications, and knowledge, as well as the support equipment and ability to maintain the equipment required to guarantee uninterrupted test and evaluation support on F/A-18 and EA-18G aircraft. This is a follow-on requirement for FOT&E operating periods 23-27. The services are currently being performed by The Boeing Company of St. Louis, Missouri under Basic Ordering Agreement (BOA) (N0001921G0006) order N0001921F0550. The existing order�s contract type is Cost Plus Fixed Fee, and the order is due to expire in 2025. The Government anticipates awarding this follow-on effort as an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee CLINs. The anticipated start date is 3rd Quarter, Calendar Year 2025 with an ordering period of five years. Performance will take place predominantly at VX-23 and Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, Maryland, as well as off-site detachments, special events, and fields to which the aircraft may be diverted. Boeing, as the Original Equipment Manufacturer (OEM), developed models and calculations during the early stages of aircraft production that has allowed Boeing to complete the unique analyses and test reports required under this effort. These models and calculations have not been formally delivered to the USN. 2.0 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. THIS SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH, PLANNING, AND INFORMATION PURPOSES. 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY. This Request for Information (RFI) is being used prior to determining the method of acquisition and issuance of a solicitation. 3.0 Required Capabilities All interested parties shall provide a capabilities statement of no more than ten pages in length that demonstrates the respondent is familiar with, able to complete, and has experience performing the support listed below. This capability statement shall include the vendor�s resources currently available, including vendor-owned support equipment for test and evaluation and personnel with experience performing similar efforts in order to ensure no gap in service. The vendor shall demonstrate experience with the following: Equipment and Material: Material and material support on vendor-owned and furnished support equipment and test benches to design parts used in test and evaluation Install, maintain, develop, modify, calibrate, and repair unique aircraft and support equipment components and instrumentation of aircraft for flight test Engineering support for quality assurance, on-site inspections, and the repair/replacement of parts and equipment needed for test Test Execution: Aircrew support for test flights and events Plan, conduct, and support flight test events to include but not limited to Loads, Dynamics, and Aeroelastic Surveys Data: Reduce and synthesize instrumented flight test data Provide advanced data processing (including but not limited to the development of calculations, models, and derived parameters) of data that was generated throughout the life of the aircraft and from current flight test events to provide analyses and reports Engineering support required for the United States Navy (USN) to issue flight clearance updates and qualify hardware and software configuration changes Support redesign (including obsolescence redesign), product improvement, sustaining Engineering Change Proposals (ECPs), system updates, and technique enhancements Provide trainings, as requested by the USN, on various events and tasks required throughout each phase of flight test to mission areas and/or departments within the Government 4.0 Eligibility The PSC for this requirement is K015, and the NAICS is 541330. All interested businesses are encouraged to respond. 5.0 Submission Details The Government is interested in receiving vendors� commercial published price lists for items they believe meet the need in this RFI. 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 Official U.S. Government System for Award Management (SAM.gov) website: https://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, 23 December 2024. Responses shall be submitted electronically to the designated Contract Specialist, Jacob Heintze, in Microsoft Word format or Portable Document Format (PDF) at the following email address: jacob.r.heintze.civ@us.navy.mil. Please submit any questions regarding this synopsis to Jacob Heintze via e-mail to jacob.r.heintze.civ@us.navy.mil. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e682d70860b342dea3db908d9c079b64/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN07284921-F 20241208/241206230109 (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.