SOURCES SOUGHT
16 -- F/A-18 and EA-18G aircraft weapon systems and subsystems Basic Ordering Agreement
- Notice Date
- 1/29/2020 9:53:47 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-NORFP-PMA-265-0382
- Response Due
- 2/12/2020 11:00:00 AM
- Archive Date
- 02/27/2020
- Point of Contact
- Mary K. Watters, Phone: 3019954950
- E-Mail Address
-
mary.watters@navy.mil
(mary.watters@navy.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- 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. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the 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.� Each order will be synopsized on the SAM,gov website as applicable in FAR 5.201(b).� Companies interested in subcontracting opportunities should contact Joanne Arvizu at 520-202-4922 or email jnarvizu@raytheon.com. INTRODUCTION The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure supplies and services under a basic ordering agreement (BOA) in support of the F/A-18 and EA-18G aircraft. The requirements for F/A-18 and EA-18G weapons systems and subsystems for the United States Navy and Foreign Military Sales (FMS) programs are currently being performed by The Raytheon Company (Raytheon) of El Segundo, California under a class justification and approval (CJ&A) for N00019-15-G-0003. The existing CJ&A authorizes and approves the issuance of fixed-price and cost-reimbursement orders.� This agreement is due to expire 31 August 2020. ELIGIBILITY The PSC for this requirement is 1680; and the NAICS is 336413. All interested businesses are encouraged to respond. ANTICIPATED PERIOD OF PERFORMANCE The anticipated period of performance covers a period of 5 years. The anticipated start date is 1 September 2020. REQUIRED CAPABILITIES Orders placed under this BOA will support the development, production, reliability, sustainment, and disposal of the following systems: Advanced Targeting Forward Looking Infrared (ATFLIR); SHAred Reconnaissance Pod (SHARP) and SHARP Tactical Cueing System, AN/ALR-67 Radar Warning Receiver (RWR) and associated RWR systems; AN/APG-65 and AN/APG-73 radars, AN/APG-79 Active Electronically Scanned Array (AESA) radars, suspension underwing units (SUU) SUU-62/SUU-63/SUU-78/SUU-79/SUU-80 pylons, launch adapter unit (LAU) -115/LAU-116 guided missile launchers, and associated mission-specific hardware. Supplies and/or services to be procured under the BOA may include the following: design, development, manufacture, assembly, testing, prototyping, calibration, production and installation efforts associated with engineering change proposals (ECPs) for configuration changes, forward-fit upgrades and/or retrofit kits, sensors, and breadboards, including but not limited to program management, operations security and cybersecurity compliance, non-recurring engineering, systems engineering, integrated logistics and production support, training, logistics forecasting, life-cycle support, shutdown, and demilitarization efforts; development, validation, verification, and/or revision of technical publications/manuals/engineering drawings/technical directives, and associated logistics impacts; production, modification, calibration, and depot-level repair of retrofit safety and test (ancillary, government-furnished, ground support, support) equipment, life-of-type/spare/repair parts for aircraft, special tooling, subsystems, training devices and support equipment; training services, repair and modifications of government-furnished property, and related software efforts; trade studies such as system-level performance analysis, integration/interchangeability studies, joint strategic planning/roadmap development, cost reduction studies and logistics support/sustainment planning; software development/infrastructure support related to systems and subsystems including avionics upgrades, training device upgrades, support and any hardware upgrades required to implement software updates; testing and experimentation, test and evaluation support including but not limited to antenna, computer software, fatigue and ground testing (and associated test plans), avionics system, qualification, characterization, airworthiness, ground and fatigue engineering, modeling and simulation, wind tunnel testing, ground and flight testing, and data reduction/analysis/collection of flight test data, technical publication source data, flight clearance recommendation and tactics development; engineering sustainment, maintenance, and technical support including but not limited to avionics systems, mission systems, detection systems, air vehicle and weapon test; worldwide fleeting engineering/ancillary/technical support such as engineering investigations, fatigue analysis, and feasibility and integration studies/efforts; service-life assessments/extension support and material incidental to engineering investigations, inspection, test, and/or repair, modification and restoration/return to ready-for-issue condition; over and above efforts; obsolescence mitigation and management requirements; and delivery of technical, financial, and administrative data associated with the above efforts. PLACE OF PERFORMANCE Contracting office locations include El Segundo and Goleta, California; McKinney, Texas; Tucson, Arizona; and Indianapolis, Indiana. INCUMBENT This is a follow-on requirement. The incumbent contractor is: Raytheon Company Space and Airborne Systems PO Box 902 El Segundo California 90245. 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 perform the supplies or services described herein; Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, Cage Code, DUNS number and Points-of-Contact (POC) including name, phone number, fax number and email address. The documentation must address, at a minimum, the following: (1) Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s). 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. (2) Describe the specific technical capabilities and experience which your company possesses which will ensure ability to perform the requirements as described herein. The capability statement package shall be sent by mail to V223 Procurement Group, LCDR Isaac Ortman, Code V22352, Building 2272, 47123 Buse Road, Room 453, Patuxent River MD 20670 or by email to isaac.j.ortman@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 12 February 2020. Questions or comments regarding this notice may be addressed to LCDR Isaac Ortman at (301) 757-7042 or via email at isaac.j.ortman@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a4e017d606534363874cb3d4300f83a3/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05546912-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 |