Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
SOURCES SOUGHT

K -- SCS Upgrades to F/A-18 A-F and E/A-18G

Notice Date
11/22/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893612R0009
 
Archive Date
11/28/2017
 
Point of Contact
Camille Onate, Phone: (760) 939-8592, Leann Davis, Phone: 760-939-8197
 
E-Mail Address
camille.onate@navy.mil, leaann.davis@navy.mil
(camille.onate@navy.mil, leaann.davis@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Air Warfare Center Weapons Division (NAWCWD) intends to award sole source Level of Effort (LOE) increase to the current contract (N68936-14-D-0008) based on FAR 6.302-1, Only One Responsible Source. The intended source is The Boeing Company because they are the sole designer, developer, integrator, manufacturer, and supplier of all variants of F/A-18 and EA-18G aircraft. As such, Boeing is the only source with the unique combination of airframe and weapons system integration knowledge needed to perform the required mission support. This sources sought synopsis is being issued to provide potential offerors the opportunity to provide capability statements with respect to the requirement described below. The scope of this contract includes System Configuration Sets (SCS) upgrades consisting of software and hardware configuration changes for the F/A-18 and E/A-18G aircraft, including Foreign Military Sales (FMS) variants. The scope of the increase includes design, development, and implementation of upgraded software and ancillary hardware consisting of new work which was not planned at the time of contract award. The Boeing Company is the prime F/A-18 and EA-18G aircraft designer, developer, and manufacturer and is the incumbent on current contract N68936-14-D-0008. Performance of the work required under this prospective contract requires a Facility Clearance to the level of Top Secret. Information regarding the current contract, N68936-14-D-0008, can be requested through the Freedom of Information Act (FOIA) process. The information regarding the FOIA process is available at: http://www.navair.navy.mil/nawcwd/command/counsel/FOIA.html. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-12-R-0009 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule no later than 28 November 2016 via email to the Contract Specialists, Camille Oñate at camille.onate@navy.mil, Brandon Barros at brandon.barros@navy.mil and to the Procuring Contracting Officer, Lea Ann Davis at leaann.davis@navy.mil, via a Microsoft Word document (.doc or.docx) or Acrobat Adobe file (.pdf). The file must not exceed 10 pages with a minimum font size of 12 point. The results of this Sources Sought will be utilized to identify if companies can meet the agency's requirements. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed). If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0802d82958a68cb021054890ed8b7a4b)
 
Record
SN04333881-W 20161124/161122234105-0802d82958a68cb021054890ed8b7a4b (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 |
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.