Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2017 FBO #5852
SOURCES SOUGHT

16 -- P-8A AAS LAPS (Liquid Air Palletized System)

Notice Date
11/29/2017
 
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
N00019-18-RFPREQ-PMA-290-0164
 
Archive Date
12/15/2017
 
Point of Contact
Christopher J. Morrison, Phone: 301-757-9210, Shawn P Campbell, Phone: (301) 757-5270
 
E-Mail Address
Christopher.Morriso1@navy.mil, shawn.campbell@navy.mil
(Christopher.Morriso1@navy.mil, shawn.campbell@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. The Naval Air systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information from industry on capability of designing, developing and manufacturing the large liquid cooling systems (LCS), capable of providing 64kW cooling above 10kft and 20kW of ground cooling. The information submitted should address the feasibility of performing the following task to support the technical approach required for design, development and manufacturing of the LCS: Description of the Contractor's approach in the development, manufacture and delivery of P-8A LCS. Include specific relevant technical and management experience performed in the past five (5) years. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and knowledge required to support the above requirement. Include a statement regarding industrial security clearance. This Sources Sought is not however, a request for inquiries concerning subcontracting opportunities. Megitt Defense Systems, Inc (MDSI) of Irvine, CA is the designer, developer, and manufacturer of the current P-8A LCS. NAVAIR plans to procure a planned total of "41" LCS ship sets. NAVAIR does not possess the technical data/computer software and source code associated with the LCS. NAVAIR plans on awarding a five (5) year Indefinite Delivery Indefinite Quantity (IDIQ) contract during the first quarter of Government Fiscal Year (FY) 2019. The LCS are expected to be manufactured and delivered as follows: FY20: 9 units; FY21: 10 units; FY22: 11 units and FY23: 11 units. SUBMISSION DETAILS Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before this Notice's closing date will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status; (2) Teaming Agreement (or equivalent): Due to the fact that MDSI is the only entity with sufficient technical data to manufacture each LCS, each interested party (other than MDSI) must include a teaming agreement (or equivalent document) signed by MDSI indicating that MDSI agrees to partner with or be a subcontractor to the interested party for the contemplated procurement. (3) Execution: A description of the approach for meeting schedule and performing requirements of the contemplated procurement. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance. (4) Experience: An outline of previous relevant projects, specific relevant work previously performed or being performed. (5) Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. (6) Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements. (7) Any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. 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 no later than 15 calendar days after the posting 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 U.S. 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 Christopher Morrison at christopher.morriso1@navy.mil and Shawn Campbell at shawn.campbell@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Christopher Morrison and Shawn Campbell, will not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-RFPREQ-PMA-290-0164/listing.html)
 
Place of Performance
Address: Meggitt Defense Systems, Inc., 9801 Muirlands Boulevard, Irvine, California, 92618, United States
Zip Code: 92618
 
Record
SN04751483-W 20171201/171129231051-935724c024366cbc0c7b6257931206ba (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.