SOURCES SOUGHT
15 -- SMFCD Sustainment - APR39 D(V)2 SW Integration
- Notice Date
- 11/1/2017
- Notice Type
- Sources Sought
- 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
- SMFCDSustainment
- Point of Contact
- Giovanna S. Bonefont, Phone: (301) 342-1065, Donna L Jackson, Phone: 301-757-5257
- E-Mail Address
-
giovanna.bonefont@navy.mil, donna.jackson@navy.mil
(giovanna.bonefont@navy.mil, donna.jackson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought notice is to satisfy the Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Air Systems Command (NAVAIRSYSCOM) intends to award a contract for the procurement of software development and services for the Marine Corps CH-53E Smart Multi-Function Color Display (SMFCD) software upgrades to include deficiency report fixes, cybersecurity updates, and software upgrades for APR-39D(V)2 integration. The SMFCD was developed by Raytheon, Indianapolis and was delivered with software also developed by Raytheon for the Government. The intent is to update the software that was originally developed by The Raytheon Company and for which Raytheon owns the majority of the data rights. The updated software will be installed on board all CH-53E aircraft that have received the SMFCD upgrade. The Government intends to award this procurement on a sole source basis to The Raytheon Company, (Cage Code 4U884), 2000 El Segundo Blvd., El Segundo, CA 90245. The proposed North American Industry Classification Systems (NAICS) Code is 336413 and the proposed Federal Supply Code is 1510. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1, 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, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice. SUBMISSION CONTENT: Written responses are requested to be no more than 20 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base. b) NAVAIR requests that companies respond by submitting (1) a summary outline and capabilities statement showing how requirements for SMFCD software development and installation will be met and (2) data including license agreements with Raytheon and drawings/assemblies necessary to complete SMFCD software development. (3) Additionally, respondents are to provide contract numbers and descriptions for similar type work and products as evidence of capabilities. Provide a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement. (4) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall respond to no later than 5:00 PM Eastern Daylight Time (EDT) on 16 November 2017. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses. Email responses to Giovanna Bonefont (giovanna.bonefont@navy.mil) or fax to 301-995-0235. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Full response submissions shall be mailed to the following address: DEPARTMENT OF NAVY NAVAL AIR SYSTEMS COMMAND Attn: Giovanna Bonefont 21983 Bundy Road, Bldg. 441 Patuxent River, MD 20670-1547 Information and materials submitted in response to this request WILL NOT be returned. Classified material shall NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/SMFCDSustainment/listing.html)
- Place of Performance
- Address: 2000 El Segundo, El Segundo, California, 90245, United States
- Zip Code: 90245
- Zip Code: 90245
- Record
- SN04728685-W 20171103/171101230934-da0e8bb3050fa96c4265603b25923104 (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 |