Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2018 FBO #5908
SOURCES SOUGHT

58 -- Design, Fabrication, Qualification, and Delivery of Hardware, Software, and Firmware upgrades/updates for P-3C, P-8A, and MH-60R aircraft software defined sonobuoy receiver(s).

Notice Date
1/24/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-18-RFPREQ-PMA-264-0014
 
Archive Date
2/23/2018
 
Point of Contact
EBES OLUMESE, Phone: 3017575247, Adam Caudle, Phone: (301) 757-7062
 
E-Mail Address
EBES.OLUMESE@NAVY.MIL, adam.caudle@navy.mil
(EBES.OLUMESE@NAVY.MIL, adam.caudle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, PMA-264, Patuxent River, MD is conducting market research with industry to determine and identify potential sources that have the capability to provide continued design, fabrication, qualification, and delivery of hardware, software, and firmware upgrades/updates for P-3C, P-8A, and MH-60R aircraft software defined sonobuoy receiver(s). The procurement also includes supporting stimulator/simulator test equipment. The Air Anti-Submarine Warfare (ASW) Systems Program Office (PMA-264) has the requirement in Fiscal Years (FY) 2019 through 2024 for the aforementioned hardware and support. These requirements are currently being procured under a Basic Ordering Agreement (BOA) to Ultra Electronics Flightline Systems. Results of this Sources Sought will be utilized to assess the state of the market for sonobuoy receiver and simulator/stimulator design, fabrication, qualification, and upgrade/update support. Any interested parties may identify their interest and capability to respond to the requirement no later than 08 February 2018. 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." PROGRAM BACKGROUND This requirement is for follow-on procurement(s) to an existing Flightline Electronics, Inc. BOA N00421-14-G-0003 which expires 25 February 2019. The contracted effort will require, at a minimum, a Security Clearance classification of SECRET. Some contracted effort may require secret storage. Businesses should be compliant with Software Engineering Institute (SEI) Capability Maturity Model Integration (CMMI) Level 3 with regards to software development and system integration (hardware, firmware, software, testing, and project management). The Product Support Code (PSC) for this requirement is 5845. The North America Industry Classification System (NAICS) code is 334511. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. REQUIREMENTS The contractor shall furnish supplies and services in accordance with each individual delivery order. Efforts may include manufacture and delivery of sonobuoy receivers integrated into the U.S. Navy P-3C, P-8A and MH-60R air ASW platforms, and the engineering and delivery, of stimulator/simulator units and associated spare parts for each. PLACE OF PERFORMANCE Location % On-Site - Government % Off-Site - Contractor 0% 100% SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 pt. font minimum) demonstrating ability to perform the services listed in the Requirements section. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organizations supported, indication of whether a prime or a subcontractor, contract values, Government Point of Contact (POC) with current telephone number, a brief description of how the contract referenced relates to the services described herein; (2) a company's ability to be compliant with SEI Capability Maturity Model (CMMI) Level 3 with regard to software development and system integration (hardware, software, testing, project management); (3) company cage code; (4) resources available such as corporate management and currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of such personnel, and ability to have personnel located at the sites specified; (5) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (6) provide documentation of the company's ability to begin performance without delay upon contract award projected on 25 February 2019. Estimated Period of Performance is 26 February 2019 through 25 February 2024. The capability statement package may be sent by mail to Adam Caudle (Code 2.3.2.5), Building 2272, Naval Air Systems Command, 47123 Buse Road, Patuxent River, MD 20670, or by email to adam.caudle@navy.mil. Submissions must be received at the office cited no later than 4:00pm Eastern Time on 8 February 2018. Questions or comments regarding this notice may be addressed to Adam Caudle via email adam.caudle@navy.mil. All responses must include the following information: Company Name, Cage Code, Address; Company business size under NAICS Code 334511; and POC name, phone number, fax number, and email address. The proposed acquisition will include a Conflict of Interest Solicitation provision and Contract Clause as set forth in Federal Acquisition Regulation (FAR) Subpart 9.5 ELIGIBILITY SPECIAL REQUIREMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00019-18-RFPREQ-PMA-264-0014/listing.html)
 
Record
SN04798801-W 20180126/180124231641-0892d805eb2e702be995d8f4d2d883c9 (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.