SOURCES SOUGHT
15 -- ECP 6462 Precision Landing Modes (PLM) Step 2
- Notice Date
- 10/26/2018
- 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
- 22002-19
- Point of Contact
- Debra Ann Telford, Phone: 3017573344
- E-Mail Address
-
debra.telford@navy.mil
(debra.telford@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 This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d). The Defense Contract Management Agency, St. Louis, MO intends to award a sole source Firm Fixed Price delivery order under N00019-16-G-0001 Basic Ordering Agreement to The Boeing Company (TBC). The contractor will field the latest Flight Control Computer (FCC) Operational Flight Program (OFP) and required companion Attitude and Heading Reference System (AHRS) software version developed as part of ECP 6462 Step 1 Precision Landing Modes (PLM) into the existing F/A-18 E/F and EA-18G. This contract action will be for reviewing and delivering production technical data packages, and installing the FCC, OFP and AHRS software on each aircraft. This requirement also includes the delivery of an installation tool kit and technical data packages for the Foreign Military Service Customers in accordance with ECP 6462 Step 2. 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 Philip Capellupo at 314-452-7486 or email philip.w.capellupo@boeing.com. REQUIRED CAPABILITIES Supplies and/or services to be procured under this order may include the following: Program Management, Class II Updates, Class I proposals, Integrated Technical Manuals, and Technical paper updates in support of the Kuwait Air Force (KAF) Foreign Military Sales (FMS) F/A-18 Program. INCUMBENT This contract action will be a follow on order under the Basic Ordering Agreement (BOA) previously awarded to The Boeing Company 6200 JS McDonnell Blvd. Saint Louis, MO 63134. SUBMISSION DETAILS Interested business 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, Debra Telford, Code 2.2.3.6.6, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to debra.telford@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 01 November 2018. Questions or comments regarding this notice may be addressed to Debra Telford via email at debra.telford@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/22002-19/listing.html)
- Place of Performance
- Address: 6200 JS McDonnell Blvd, St Louis, Missouri, 63134, United States
- Zip Code: 63134
- Zip Code: 63134
- Record
- SN05135823-W 20181028/181026230452-59d61e9acbbe510a3c9f0f56eaac5d57 (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 |