SOURCES SOUGHT
A -- P-8A Increment 3 Block 2 Capabilities Integration CDR
- Notice Date
- 12/22/2015
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-RFPREQ-PMA-290-0218
- Archive Date
- 1/21/2016
- Point of Contact
- Adam Caudle, Phone: (301)995-7454, Scott Segesdy, Phone: (301) 757-5264
- E-Mail Address
-
adam.caudle@navy.mil, scott.segesdy@navy.mil
(adam.caudle@navy.mil, scott.segesdy@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR), P-8A Development Department (AIR-2.3.2.1), Patuxent River, MD is seeking eligible business firms who are capable of performing the necessary engineering and design analysis to incorporate Increment 3 Block 2 capabilities and architecture upgrades into the P-8A aircraft. The Government will review industry responses to this sources sought synopsis in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or continue a sole source award to The Boeing Company of Seattle, WA. DISCLAIMER: This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice. This announcement is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a request for proposal. Program Background: The P-8A Poseidon Multi-Mission Aircraft (MMA) program delivers capabilities through a series of three Increments. The P-8A Increment 3 effort is the third phase of this evolutionary acquisition program to replace the P-3C Orion. The addition of P-8A Increment 3 capabilities will fully address the broad area Anti-Submarine Warfare (ASW), Anti-Surface Warfare (ASuW), Intelligence, Surveillance and Reconnaissance (ISR), and Net-Ready requirements upon which the P-8A program was founded. The P-8A program's goal is to recapitalize existing Maritime Patrol Aviation with an aircraft featuring modern open architecture and affordable mission systems that meet current and future warfighting requirements at the earliest attainable Initial Operational Capability (IOC) dates for each new capability instead of waiting to deliver as one package. The P-8A Increment 3 program consists of two main efforts or blocks. Block 1 includes mature capabilities integrated into the existing P-8A architecture through ECPs similar to how changes are occurring under Increment 2. Block 1 requirements will be satisfied by a combination of Government Furnished Equipment (GFE) and OEM integration of relatively mature capabilities that are technically well suited to integration via the current architecture. However, some Increment 3 capabilities cannot be integrated into existing P-8A architectures without fundamental changes to those architectures. Instead of a complete architecture replacement, the Government team is developing a Combat System upgrade based on an open systems approach that interfaces and works with existing systems while supporting future capability integration. This hardware and software upgrade will host primarily GFE Block 2 capability improvements and also act as a long term enabler for future capability integrations. Required Tasking: This effort consists of the necessary engineering and technical support to the Government-led incorporation of a service-oriented, Applications Based Architecture (ABA) operating with the existing P-8A MCDS up through and including the Critical Design Review (CDR) milestone for the P-8A Increment 3 Block 2 capabilities. The technical approach shall stay within the available Size, Weight, and Power - Cooling (SWAP-C) margins of the fielded P-8A platform (in other words minimal effect on SWAP-C) and must maintain a consistent Integrated Logistics Support strategy and Engineering discipline of the P-8 baseline program. Currently the Government does not have unlimited rights to any data developed by the OEM under the on-going Increment 3 System Requirements Review effort. Full documentation of this modification will be required in releasable formats that can support future full and open competitions to procure and install these capabilities. SUBMISSION DETAILS: Capability Statements submitted should be pertinent and specific in the technical approach required for completion of this Increment 3 Block 2 CDR effort, on each of the following qualifications: (1) Facilities and Data: Availability and description of, or the approach used to obtain special facilities and data that would be required to execute the Increment 3 Block CDR effort while maintaining a consistent Integrated Logistics Support strategy and Engineering discipline of the P-8 baseline program. It is noted that the Government does not own any data developed by the OEM under the on-going System Requirements Review effort. Include a statement regarding industrial security clearance (this effort will require TS/SCI personnel). Also include any other specific and pertinent information as it pertains to this particular area of the procurement that would enhance consideration and evaluation of the capability statement. (2) Execution: A description for approach for commencing the effort at the estimated award date in the 3rd quarter of Government FY16 and completing in 2nd Quarter FY19. (3) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development efforts. (4) Personnel: Professional qualifications and specific experience of Key Personnel (e.g. program manager(s), project manager(s), lead engineer(s), Etc. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Adam Caudle at adam.caudle@navy.mil and Scott Segesdy at scott.segesdy@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-RFPREQ-PMA-290-0218/listing.html)
- Record
- SN03976021-W 20151224/151222234353-0cb60fcc871e4d111bb1d7f083f33ea8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |