SOURCES SOUGHT
49 -- Automatic Wire Test Sets (AWTS) Test Program Sets (TPS) for F/A-18 F404 Engines - SOW
- Notice Date
- 4/20/2018
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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
- N00421-18-REPREQ441000A-0057
- Archive Date
- 5/16/2018
- Point of Contact
- Joann Spencer, Phone: 301-342-1258, Candice Anderson, Phone: 3017570013
- E-Mail Address
-
joann.spencer@navy.mil, candice.l.anderson@navy.mil
(joann.spencer@navy.mil, candice.l.anderson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- AWTS Drawings AWTS CDRLs AWTS Statement of Work (SOW) Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD Automatic Wire Test Set (AWTS) Test Program Sets (TPS) for F/A-18 F404 Engines Branch, AIR-4.4 Sources Sought Notice This market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The Government has identified Eclypse International (CAGE Code 0JJ26), 265 N. Joy Street, Suite 150, Corona, CA 92879, as a small business that could provide the necessary design, development, and manufacturing capabilities for this procurement. However, the responses to this Sources Sought will be utilized to determine (1) if a sole source procurement is appropriate; or (2) determine if any competitive opportunities exist, both in terms of the possibility of unrestricted competition or the possibility of a small business set-aside pursuant to FAR 19.502-2(b)(1). Responses from large businesses and all Small Business categories will be considered. Any resultant solicitation will be released via (FedBizOpps) https://www.fbo.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. DISCLAIMER: This sources sought is for market research 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 sources sought is strictly voluntary. INTRODUCTION: The Naval Air Warfare Center - Aircraft Division (AIR-2.5.1.7) at Patuxent River, MD announces its intention to procure six (6) Automatic Wire Test Set (AWTS) Test Program Sets (TPS) for the Naval Air Warfare Center Aircraft Division (NAWCAD), F/A-18 F404 Engines, on behalf of AIR 4.4 Propulsion and Power Engineering Department. It is anticipated that this procurement will utilize FAR 13.5 procedures. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible large and small businesses capable of providing the products described herein prior to determining the method of acquisition and issuance of a Request for Proposal/Request for Quote. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. ELIGIBILITY: The PSC for this requirement is 4920 (Aircraft Maintenance and Repair Shop Specialized Equipment); the NAICS is 334515 (Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals) with a size standard of 750 employees. All interested businesses are encouraged to respond. PROGRAM BACKGROUND: The Naval Air Warfare Center (NAWCAD) Patuxent River, MD, operates Propulsion and Power facilities that conduct testing of propulsion systems and components for all Navy Aircraft Systems and the systems of the other Services and research agencies. NAWCAD provides the following: design, development and systems upgrade; system certification; technical support; pre-positioned technical support; supply support; systems engineering; systems development support, systems test and evaluations; software support; operational software development and maintenance support; test support software development and maintenance; production engineering support; overhaul and restoration program support; program management support; and quality assurance and system safety. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated delivery date is NLT than 12 months/365 days after contract award (DACA). All six (6) units shall be delivered at once to the address listed in the Statement of Work (SOW). The anticipated contract award date is August 2018. ANTICIPATED CONTRACT TYPE: The contract type is anticipated to be Firm Fixed Price. REQUIREMENTS: See attached Statement of Work (SOW), Contract Data Requirements List (CDRLs), and Technical Data Package. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to satisfy the requirements listed in the attached SOW. This documentation must address, at a minimum, the following: 1. Title of the SOW you are applying to; 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope (particularly with regard to making aircraft style wiring harnesses, and/or comparable military or commercial engine support equipment) within the last three years, including contract number, organization/aircraft platform/subsystem(s) supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; 4. Discussion of Quality Assurance System (see SOW 5.2.1) 5. Ability to meet required delivery schedule (see SOW 6.2) 6. If a small business, the company's ability to perform 50% of the work, The capability statement package shall be sent by mail to electronically to joann.spencer@navy.mil or Candice.l.anderson@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on May 1, 2018. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-18-REPREQ441000A-0057/listing.html)
- Place of Performance
- Address: *At Contractor Facility., United States
- Record
- SN04896899-W 20180422/180420230843-1cac0ff48876c2b0fa5d4ddd21a80b28 (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 |