SOLICITATION NOTICE
15 -- E-6B Block I Telemetry Cable and Associated Hardware Removal
- Notice Date
- 1/13/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- N00019-17-NORFP-PMA-271-0076
- Archive Date
- 2/12/2017
- Point of Contact
- Garrett W. Douglass, Phone: 3019954563, Ryan Delaney,
- E-Mail Address
-
garrett.douglass@navy.mil, ryan.delaney@navy.mil
(garrett.douglass@navy.mil, ryan.delaney@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Naval Air Systems Command (NAVAIR) intends to award a sole source Firm Fixed Price Delivery Order under the Basic Ordering Agreement N00019-14-G-0021 to Rockwell Collins for the procurement of E-6B Block I Telemetry Cable and associated Hardware Removal for an E-6B Mercury Block I configuration aircraft. The E-6B aircraft is a derivative of the Boeing 707 commercial airliner. Rockwell Collins Inc. is the only source that has the drawings, design principles/concepts that are necessary to perform the removal of all Block I Test Cables and Associated Hardware from a Block I A/C. Rockwell Collins, Inc. must maintain the integrity of the associated wire bundle and comply with SAE AS50881, Wiring Aerospace Vehicle. After removal of all Block I Telemetry Cables and associated Hardware, Rockwell Collins, Inc. will perform Ground Disturbed System testing. Additionally Rockwell Collins Inc. will provide a weight reduction report for all Block I Telemetry Cable and Associated Hardware removed from the aircraft. This intended procurement will be processed pursuant to the authority of 10 U.S.C.2304(c)(1), 41 U.S.C. 3304(a)(1), and FAR 6.302-1, whereby the supplies and services required are available from only one responsible source and no other type of supplies or services will satisfy agency requirements. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement. The Government will consider all information received by within 15 days of this posting. A determination by the Government not to compete this procurement based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. Responses to this Notice are not to exceed 7 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. All interested parties should not submit classified material as the Government will not accept classified material. Point-of-contact information should include name, position, phone number, and email address. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. 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) are required. For subcontracting opportunities, you may contact Michael Novak, Rockwell Collins Inc., (972)-705-1195. For other information, contact Garrett Douglass, Code 2.3.1.4.6, Telephone (301)995-4563 or via e-mail: garrett.douglass@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-NORFP-PMA-271-0076/listing.html)
- Place of Performance
- Address: Oklahoma City, Oklahoma, United States
- Record
- SN04371913-W 20170115/170113234450-94c3db91b11c92a08ab508b1193d86c1 (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 |