SOURCES SOUGHT
R -- Kuwait Super Hornet F/A-18E/F Integrated Logistics Support Phase II
- Notice Date
- 1/29/2020 1:16:33 PM
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-19-RFPREQ-PMA-265-0069
- Response Due
- 2/13/2020 12:00:00 PM
- Archive Date
- 02/14/2020
- Point of Contact
- Karen F. Johnston, Phone: 3017574224
- E-Mail Address
-
karen.johnston@navy.mil
(karen.johnston@navy.mil)
- 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 The Naval Air Systems Command (NAVAIR), PMA-265 at Patuxent River, MD announces its intention to procure a follow-on Integrated Logistics Support (ILS) services for the Kuwait Air Force (KAF) Super Hornet aircraft program, via Foreign Military Sales (FMS).� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. �NAVAIR intends to award a sole source, follow-on contract to The Boeing Company.� The supplies and services to be procured are necessary to implement, deliver, and support the Kuwait Air Force (KAF) F/A-18E/F aircraft and integrated systems. Other interested parties may identify their interest and capability to respond to the requirement no later than 13 February 2020. ELIGIBILITY The PSC for this requirement is R706. The NAICS is 541614 with a size standard of $16.5 million. All interested, eligible businesses are encouraged to respond.� �� PROGRAM BACKGROUND The services are currently being performed by The Boeing Company of St. Louis, Mo under N00019-19-C-0033.� The existing contract is a Firm Fixed Price type.� This contract is due to expire 31 December 2020. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance includes a base period of 12 months and 2 one-year options for a total performance period of 3 years.� The anticipated start date is 01 January 2021. ANTICIPATED CONTRACT TYPE The contract type is anticipated to be Firm Fixed Priced (FFP). These services shall be performed at the contractor�s facility and OCONUS in Kuwait.� REQUIREMENTS Requirements include familiarity with the design and configuration of the F/A-18E/F Kuwait Super Hornet system capabilities, to include source code for he 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, expertise in solving import/export, database integration, facilities consultancy, site activation and cyber-security issues to ensure the successful delivery of the ILS services for this program. SUBMITTAL INFORMATION Interested businesses shall submit a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the services described herein.� Submission shall include existing licensing agreements with the OEM, which may allow access to technical data required to fulfill the requirements.� This documentation must address, at a minimum, the following:� � Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization 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. 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. The Government is not obligated to and will not pay for any information received from potential sources, as a result of this announcement. The capability statement package shall be sent by mail to the point of contact listed below or by email to karen.johnston@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time 13 February 2020.� Questions or comments regarding this notice may be addressed to Karen Johnston via email at karen.johnston@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/eb56477f2d93492d9ab3fb6795f50bef/view)
- Record
- SN05546864-F 20200131/200129230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |