SOURCES SOUGHT
R -- Kuwait E and F Model Super Hornet Integrated Logistics Support Phase I
- Notice Date
- 4/4/2018
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- 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
- N00018-18-C-1025_P00001
- Archive Date
- 5/4/2018
- Point of Contact
- Vicki Mathis, Phone: 3017578302
- E-Mail Address
-
vicki.mathis@navy.mil
(vicki.mathis@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. INTRODUCTION Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), the Naval Air Systems Command at Patuxent River, MD announces its intention to procure Integrated Logistics Support (ILS) for the Kuwaiti Air Force F/A-18 E/F Super Hornet program via Foreign Military Sales. The ILS Phase I program for Kuwait includes the following aspects of Integrated Logistics Support: general logistics support; logistics planning; maintenance planning; Logistics Support Analysis Records; provisioning; supply support; risk management; subcontractor management; configuration management; obsolescence management; Automated Maintenance Environment establishment; Integrated Maintenance Management Solution establishment; Technical Data; Packaging, Handling, Storage, and Transportation planning; and Program Security. The Government anticipates that The Boeing Company, as the original equipment manufacturer (OEM) for the F/A-18 E/F Super Hornet aircraft, will be the prime contractor for this effort based on its ownership of the OEM technical data necessary to perform the requirements, but the Government will consider other responsible sources if a capabilities statement is submitted as requested below. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is PSC R706; the NAICS is 541614 with a size standard dollar threshold of $15,000,000. All interested businesses are encouraged to respond. PROGRAM BACKGROUND The Naval Air Systems Command has a requirement to provide 28 F/A-18 E/F Super Hornet Aircraft to the Government of Kuwait under a Foreign Military Sales case under a total package approach which includes Integrated Logistics Support. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance is from contract award through December 2020. REQUIRED CAPABILITIES Requirements include familiarity with the design and configuration of the F/A-18 E/F Kuwait Super Hornet system capabilities to include source code for the AME software, authoring tools for the technical data content, and facilities critical to satisfy the Government's minimum ILS requirements, manufacturing knowledge, experience, and technical data to fulfill this procurement within the time required. The Government does not own a technical data package for the AME and only has restricted rights in the computer software. The aircraft ILS contractor must possess a high level of expertise in solving aircraft ILS issues. The aircraft ILS contractor also must possess expertise in solving import/export, database integration, facilities consultancy, site activation, and cyber-security issues to ensure the successful delivery of the logistics support package for this program. SUBMISSION DETAILS Interested businesses shall submit a brief unclassified capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the supplies or services described herein to support this effort to include any existing licensing agreements with OEM which may allow access to technical data required to fulfill the requirements. Documentation should be in bullet format. The capability statement package shall be sent by mail to AIR 2.2.3 Contracts, Attn: Vicki Mathis, 2.2.3.6.2, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by email to vicki.mathis@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 19 April 2018. Questions or comments regarding this notice may be addressed to Vicki Mathis at vicki.mathis@navy.mil. All responses shall include Company Name, Company Address, Company Business Size, CAGE Code, Data Universal Numbering System (DUNS Number), and Points-of-Contact (POC) including name, phone number, fax number and email address. Respondents are responsible for all expenses associated with its response and the Government will not provide any form of compensation for or reimburse any costs incurred in its preparation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00018-18-C-1025_P00001/listing.html)
- Place of Performance
- Address: 6200 JS McDonnell Blvd., St. Louis, Missouri, 63134-1939, United States
- Zip Code: 63134-1939
- Zip Code: 63134-1939
- Record
- SN04878372-W 20180406/180404231438-e95d8fcf78a7b3f1f75fd375448aea4a (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 |