SOURCES SOUGHT
16 -- Life Support System Integrator (LSSI)
- Notice Date
- 9/11/2018
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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-265-0885
- Archive Date
- 10/11/2018
- Point of Contact
- Julie L Paul, Phone: (301) 757-7068
- E-Mail Address
-
julie.paul@navy.mil
(julie.paul@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. It is a market research tool being used to determine potential and eligible small business firms capable of providing the supplies and/or 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. INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD, intends to award a sole source contract to The Boeing Company (TBC) to integrate the F/A-18A-F and EA-18G with an upgrade to the aircraft life support system required to meet Onboard Oxygen Generation System (OBOGS) Input Specifications. (Per FY19 NDAA Sec. 128). This contract action will be awarded as either a Cost Plus Fixed Fee (CPFF) contract to TBC, 6200 JS McDonnell Blvd., Saint Louis, MO 63134, or as a CPFF order under the Basic Ordering Agreement (BOA) previously awarded to TBC. This acquisition is being pursued on a sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. Companies interested in subcontracting opportunities should contact Varick D. Williams at 310-662-5447 or email varick.d.williams@boeing.com. ELIGIBILITY The Product Service Code (PSC) for this requirement is 1680 and the NAICS code is 336413 with a Small Business Size Standard of 1250 employees. PROGRAM BACKGROUND The Life Support System Integration (LSSI) program will provide the F/A-18 platform with a Life Support System comprised of complimentary systems integrated with each other and the aircraft to provide appropriate cautions and warnings, maintenance information, and post flight data review capability. REQUIRED CAPABILITIES LSSI will allow an Enhanced Capability Concentrator (ECC) and Cabin Pressure and OBOGS Monitoring System (CPOMS) units to be integrated with the F/A-18A-F and EA-18G mission computer to provide appropriate cautions and warnings, maintenance information, and post flight data review capability. The effort requires direct knowledge of the design and configuration of the F/A-18A-F and EA-18G aircraft cockpit, mission computers, software, Airborne Oxygen System (AOS), and CPOMS. The primary design goals for LSSI are three-fold. One is to design/develop/integrate as required the aforementioned components in such a way as to provide a breathing system that is as compliant as reasonable with MIL-STD-3050. Two is to provide an upgrade to the existing concentrator capable of better maintenance concepts and monitoring. Three is to integrate all components into the aircraft as complimentary systems, integrated appropriately with each other and the aircraft to provide appropriate cautions and warnings, maintenance information, and post flight data review capability. The LSSI program is required to start installs on F-18 aircraft in 4 th quarter fiscal year 2020. SUBMISSION DETAILS Interested businesses shall submit a brief 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 provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein. The capability statement package shall be sent by mail to AIR-2.2.3 Contracts, Julie Paul, Code 2.2.3.1.6, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to julie.paul@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 24 September 2018. Questions or comments regarding this notice may be addressed to Julie Paul via email at julie.paul@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-19-RFPREQ-PMA-265-0885/listing.html)
- Place of Performance
- Address: St. Louis, Missouri, United States
- Record
- SN05083304-W 20180913/180911231044-2732e37b2277c6acbc595a6d863786fd (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 |