SOURCES SOUGHT
K -- System Configuration Set (SCS) Support for F/A-18 A-F and EA-18G Aircraft
- Notice Date
- 8/4/2020 3:34:41 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893620R0097
- Response Due
- 8/19/2020 3:00:00 PM
- Archive Date
- 08/19/2021
- Point of Contact
- Caitlan Johnson, Phone: (760) 793-8307, Thomas Vitale, Phone: 7607934518, Fax: 7609390528
- E-Mail Address
-
caitlan.johnson@navy.mil, thomas.vitale@navy.mil
(caitlan.johnson@navy.mil, thomas.vitale@navy.mil)
- Description
- Naval Air Warfare Center, Weapons Division (NAWCWD) intends to award a sole source contract based on FAR 6.32-1, Only One Responsible Source. The intended source is The Boeing Company because they are the sole designer, developer, integrator, manufacturer and supplier of all variants of the F/A-18 and EA-18G aircraft. As such, Boeing is the only source with the unique combination of airframe and weapons system integration knowledge needed to perform the required mission support. This source sought synopsis is being issued to provide potential offerors the opportunity to provide capability statements with respect to the requirements described below. The scope of this contract will include System Configuration Sets (SCS) upgrades consisting of software and hardware configurations changes for the F/A-18 and EA-18G aircraft, including Foreign Military Sales (FMS) variants. An SCS includes all software and hardware required to implement new capabilities on the aircraft, requiring the contractor to design, develop and implement upgraded software and ancillary hardware. The Boeing Company is the prime F/A-18 and EA-18G aircraft designer, developer and manufacturer and is the incumbent on the current contract N6893618D0026. Performance of the work required under this prospective contract requires a Facility Clearance to the level of Top Secret. Information regarding the current contract, N6893618D0026, can be requested through the Freedom of Information Act (FOIA) process. The information regarding the FOIA process is available at: http://www.navair.navy.mil/nawcwd/FOIA. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response, which shall be considered by the agency. The written response shall reference Solicitation N6893620R0097 and provide a capability statement that clearly indicates the firm�s experience, assets, background and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule, no later than 19 August 2020 via email to the Contract Specialist, Caitlan Johnson at Caitlan.Johnson@navy.mil and to Thomas Vitale at Thomas.Vitale@navy.mil, via a Microsoft Word.doc or Acrobat Adobe.pdf file. The file must not exceed 10 pages with a minimum font size of 12 point. The results of this Sources Sought will be utilized to identify if companies can meet the agency�s requirements. In your response, please include Company Size (Small or Large business according to the NAICS and size standard listed). If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran-Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 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 ONLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SYNOPSIS IS STRICTLY VOLUNTARY.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/00d7b80d21484a50ba7f71c69e1f13ea/view)
- Record
- SN05745211-F 20200806/200804230153 (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 |