Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2018 FBO #6095
SOURCES SOUGHT

15 -- E-6B Mission Systems Basic Ordering Agreement

Notice Date
7/30/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
N00019-19-RFPREQ-PMA-271-0019
 
Archive Date
8/29/2018
 
Point of Contact
David A. Schultz, Phone: (301) 995-4563, James M. Smith, Phone: (301) 757-5244
 
E-Mail Address
david.a.schultz@navy.mil, James.M.Smth@navy.mil
(david.a.schultz@navy.mil, James.M.Smth@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
I NTRODUCTION The Naval Air Systems Command (NAVAIR) intends to issue a follow-on Basic Ordering Agreement (BOA) with Rockwell Collins, Inc. (RCI) to replace the current BOA (N00019-14-G-0021) on an 'other than full and open' competitive basis to procure continued long-term products and technical services necessary to address requirements for the E-6B aircraft. The e stimated Period of Performance is 60 months and a synopsis will be posted to FBO for each specific requirement on all future task and delivery orders. PROGRAM BACKGROUND RCI is the Original Equipment Manufacturer (OEM) and sole integrator of a significant number of mission systems for the E-6B platform. Previous mission system contracting efforts include Block I System Design and Development (SD&D), Block I Low Rate Initial Production (LRIP) and Block I Full Rate Production (FRP). RCI developed, produced, tested and fielded subsystems in support of the Block I system. Systems installed in support of the E-6B include Sustainment and Support Systems (SASS), Very Low Frequency Transmit Terminal (VTT), High Power Transmit Set (HPTS), Internet Protocol Bandwidth Expansion (IPBE) Phase 3 (integration only) and Digital Red Switch System (DRSS) Power Control System. As the OEM and sole designer, developer, and integrator of a significant number of the E-6B platform mission systems, RCI is the only contractor with the ability, resources (e.g. laboratory environments), technology and documentation necessary to modify, develop, produce, maintain and support these systems. The Government will not be responsible for the establishment of Test and Evaluation facilities in the performance of this contract. The Contractor shall possess the requisite knowledge, experience, specialized test equipment, technical data and capabilities such as laboratory environments necessary to meet current and emerging fleet requirements as related to systems outlined in the Program Background paragraph. DISCLAIMER THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. However, responsible interested parties may submit a capability statement in which they identify their interest and capability to respond to this requirement. Performance under this effort requires the contractor have access to classified information up to and including TOP SECRET. The Government will consider all information received by 14 August 2018, 1700 EST. A determination by the Government not to compete the respective BOA orders based upon responses to this notice is solely within the discretion of the Government. The Government will not pay for any information received. For other information, contact LCDR Dave Schultz, Code 2.3.1.4.6, telephone (301) 995-4563, e-mail: david.a.schultz@navy.mil. Capability statement packages may be sent by mail, e-mail or fax NLT 1700 EST, 14 August 2018 to: LCDR Dave Schultz, NAVAIR, Air 2.3.1.4.6 Naval Air Systems Command, 21936 Bundy Rd., Bldg. 442 Patuxent River, MD 20670 Fax - 301-757-2276 David.a.schultz@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-19-RFPREQ-PMA-271-0019/listing.html)
 
Place of Performance
Address: 29136 Bundy Road, BLDG 442, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN05012271-W 20180801/180730230658-fb55ff64075c6c2250cf523d675a102a (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.