SOURCES SOUGHT
R -- NAWCTSD has a requirement to procure PE OEM Engineering, RCCA, and FSR Support for T-45 aircraft.
- Notice Date
- 2/14/2018
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134018GXXXX
- Response Due
- 2/22/2018
- Archive Date
- 2/23/2018
- Point of Contact
- Levi Alexander, 407-381-8667
- E-Mail Address
-
oung,
- Small Business Set-Aside
- N/A
- Description
- Source Sought Notice T-45 Physiological Event (PE) Original Equipment Manufacturer (OEM) Engineering, Root Cause and Corrective Action (RCCA), and Field Service Representatives (FSRs) Support INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Contracts Department, Orlando, FL has a requirement to procure PE OEM Engineering, RCCA, and FSR Support for T-45 aircraft. This contract is intended to be awarded before the end of FY18, with an estimated ordering period of one (1) year. The contract type is anticipated to be a task order under The Boeing Basic Order Agreement (BOA). The Boeing Company is the original designer, developer and manufacturer of the T-45 aircraft and its systems, as well as the owner of the Technical Data Package of the airframe required for this effort. The Government intends to award a sole source task order to The Boeing Company. For information regarding subcontracting possibilities, please contact The Boeing Company ™s representative, Rick Morgan, who can be reached via email at Richard.J.Morgan3@boeing.com. 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 Some of the previous contract work for this contract was performed under N00019-16-G-0001 -7009 for the T-45 Aircraft Physiological Event (PE) Engineering Support, Root Cause and Corrective Action, and Field Service Representatives (FSRs). REQUIRED CAPABILITIES 1.The interested party shall be capable of providing: a.Non-recurring engineering and logistics support to complete Systems Requirements Reviews (SRRs), Preliminary Design Reviews (PDRs), Critical Design Reviews (CDRs), and Test Readiness Reviews (TRRs) related to the integration of engineering changes into the T-45 aircraft. b.Prototype and validation hardware for testing, flight test and engineering validations. c.Class I Engineering Change Proposals (ECPs) and engineering drawings associated with the development and integration of new and modified hardware and software into the T-45 aircraft. d.Studies, analysis, design, test, and reports associated with modernization and obsolescence activities. e.Engineering, Technical and Logistics support related to Navy queries involving areas such as MISHAP investigations Engineering Investigations (EIs), Bulletins, Interim Technical Directives and other technical/logistics support. 2.The interested party must be able to demonstrate its ability to obtain the required Original Equipment Manufacturer (OEM) Technical Data Package (TDP) to perform this work. ELIGIBILITY The applicable NAICS code for this requirement is 488190 (Other Support Activities for Air Transportation). The Product Service Code is R425, which is for Support Professional: Engineering/Technical. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify its business size in its capabilities statement. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2010. All responses shall include Company Name, Company Address, Company Business Size, and at least two Points of Contact including name, phone number, and e-mail address. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUB Zone, or Service Disabled Veteran-Owned Small Business Concern. 7.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Market research results will assist the Government in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. The deadline for response to this request is 22 February 2018 1300 ET. Detailed written capabilities shall be electronically submitted to the Contract Specialist, Levi Alexander, at levi.alexander@navy.mil with copies to the PCO, Erin Young at erin.b.young@navy.mil and Alana Nunez-Bennett at alana.nunez-bennett@navy.mil and shall reference N61340-18-RFPREQ-PMA-273-0391 on both the e-mail and all enclosed documents. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions regarding this Sources Sought notice must be submitted via email to Levi Alexander at levi.alexander@navy.mil with a copy to Alana Nunez-Bennett at alana.nunez-bennett@navy.mil and Erin Young at erin.b.young@navy.mil. No questions will be accepted by phone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018GXXXX/listing.html)
- Record
- SN04823037-W 20180216/180214231441-892118415832acdfefd1b4978832827b (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 |