SOURCES SOUGHT
99 -- Integrated Product Support and Sustaining Engineering
- Notice Date
- 4/17/2020 7:08:32 AM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N0001920R0058
- Response Due
- 5/2/2020 11:00:00 AM
- Archive Date
- 05/17/2020
- Point of Contact
- Justin DeJausserand, Phone: 3013420906, Samantha Pennini, Phone: 3017577353
- E-Mail Address
-
justin.dejausserand@navy.mil, Samantha.Pennini@navy.mil
(justin.dejausserand@navy.mil, Samantha.Pennini@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.� It is a market research tool being used to determine potential and eligible 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). NAVAIR intends to award a single-award Indefinite Delivery, Indefinite Quantity contract to The Boeing Company (TBC). The contractor will provide Integrated Product Support (IPS) and Sustaining Engineering (SE) to PMA-265 in support of all USN, USMC and FMS Fighter/Attack F/A-18 and Electronic Attack EA-18G Type/Model/Series (T/M/S) fleets.� IPS will include specific requirements within the following areas: program management, data analytics, maintenance planning, provisioning, configuration management, technical data, special tooling, special test equipment, peculiar support equipment, training, logistics, and engineering �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. 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 Amy Iberg at 314-233-0536 or email amy.l.iberg@boeing.com. REQUIRED CAPABILITIES Successful completion of these requirements will require access to Government and Original Equipment Manufacturer technical data systems and access to both Engineering Drawings and Logistics Data Management storage systems. INCUMBENT This is a follow-on contract action. The current contractor is The Boeing Company (CAGE Code 0PXV4). 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 DUNS 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 V2231 Contracts, Justin DeJausserand, Code 2.2.3.1.3, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to justin.dejausserand@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on May 2. Questions or comments regarding this notice may be addressed to Justin DeJausserand via email at justin.dejausserand@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/421f4b5898d94a97a0774eba362ac218/view)
- Place of Performance
- Address: Saint Louis, MO, USA
- Country: USA
- Country: USA
- Record
- SN05625327-F 20200419/200417230149 (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 |