SOURCES SOUGHT
15 -- Retrofit Incorporation of Various P-8A Poseidon Engineering Change Proposals
- Notice Date
- 8/12/2020 2:29:34 PM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- 20200812P-8AASECPs1
- Response Due
- 8/27/2020 12:00:00 AM
- Archive Date
- 09/11/2020
- Point of Contact
- Shantora Bennett, Scott Segesdy
- E-Mail Address
-
shantora.l.bennett1@navy.mil, scott.segesdy@navy.mil
(shantora.l.bennett1@navy.mil, scott.segesdy@navy.mil)
- Description
- 1.0������ Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft (MPRA) Program Office (PMA-290) is seeking sources to develop and implement the following P-8A Poseidon retrofit Engineering Change Proposals (ECPs): �Draw Through Air Flow Switch, Horizontal Stabilizer (H-Stab), Emergency Floor Lighting, Lower Lobe, Electronic Support Measures (ESM) Radome Brackets, Oxygen Cylinder Change, Universal Aerial Refueling Receptacle Slipway Installation (UARRSI) Seal Dams, High Cycle Pitot Probe Reliability Improvement, Flight Deck Digital Indicator Replacement, Fuel System Aux Drain Fitting Replacement, Tailcone Fastner and Drainage Revision, Double Walled Fuel Tubes Missing Alodine, Negative Margin Resolution Section 48 Circumferential Splices, Eliminate Potential Structural Corrosion from Dissimilar Materials, Eliminate Hinge Problems & Cracks on Main Landing Gear and Onboard Inert Gas Generation System (OBIGGS) Ram Air Duct Re-design.� 2.0������ Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY.� THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0������ Background While the P-8A Poseidon aircraft is still in production, several ECPs that have been forward-fit incorporated into the production line, have not been retrofitted into previously produced P-8As.� Among those ECPs are related to the following that have been previously mentioned: Draw Through Air Flow Switch, Horizontal Stabilizer (H-Stab), Emergency Floor Lighting, Lower Lobe, Electronic Support Measures (ESM) Radome Brackets, Oxygen Cylinder Change, Universal Aerial Refueling Receptacle Slipway Installation (UARRSI) Seal Dams, High Cycle Pitot Probe Reliability Improvement, Flight Deck Digital Indicator Replacement, Fuel System Aux Drain Fitting Replacement, Tailcone Fastner and Drainage Revision, Double Walled Fuel Tubes Missing Alodine, Negative Margin Resolution Section 48 Circumferential Splices, Eliminate Potential Structural Corrosion from Dissimilar Materials, Eliminate Hinge Problems & Cracks on Main Landing Gear and Onboard Inert Gas Generation System (OBIGGS) Ram Air Duct Re-design. NAVAIR�s requirement is the development and implementation of retrofit ECPs related to the aforementioned P-8A systems or components.� More specifically, each retrofit ECP incorporation effort entails developing the retrofit solution, developing the technical directive (TD) and associated installation data package (IDP), developing and fabricating the validation and/or verification retrofit kit(s), validating and/or verifying the TD, IDP and retrofit kit, fabricating retrofit kits, updating airframe drawings, updating maintenance publications (and/or Interactive Electronic Technical Manual (s) (IETM(s)), and, in some cases, installing the retrofit kits. �Each ECP is planned to be on contract prior to the end of Government Fiscal Year 2021.� The validation and/or verification of each ECP�s TD, IDP and retrofit kit should be completed within 1 year of contract award.� For each ECP, the fabrication of all retrofit kits should be completed within 3 years of contract award.� For each ECP, if required, the installation of the retrofit kits should be completed within 4 years of contract award. This Sources Sought requests information to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, ability to acquire or obtain access to the required technical data, and knowledge required to fulfill the requirement.� The Boeing Company (Boeing) is the Original Equipment Manufacturer (OEM) and integrator of the P-8A Poseidon.� The Government neither possesses nor can provide access to required technical data.� Respondents will need to provide licensing agreements that clearly demonstrate their ability to obtain access to technical and engineering source data/resources needed to fulfill the requirements herein.� 4.0 ����� Eligibility The applicable NAICS code is 336411.� The Product Service Code (PSC) is 1560. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0).� 5.0������ Requested Information Interested parties, other than Boeing, must submit an UNCLASSIFIED capability statement. Each capability statement shall include at a minimum: 1.�� Approach and Experience:� Description of the Contractor�s approach and experience with developing and implementing retrofit ECPs on U.S. Navy fixed wing aircraft. 2.�� Technical Data Licensing Agreement:� A technical data licensing agreement signed by Boeing that clearly demonstrates the party�s ability to obtain from Boeing access to and utilization of P-8A technical data. 3.�� Personnel:� Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. 4.�� Security:� Statement regarding capability to obtain the required industrial security clearances for personnel. 5.�� Company profile:� Include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company's ability to perform at least 50% of the tasking herein described. 6.�� Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. 6.0 ����� Responses Data Markings.� In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR).� If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Responses to this Notice shall be sent via e-mail to the contract specialist and contracting officer listed on this Notice. Submissions must be received by the contract specialist and contracting officer listed on this Notice no later than 15 calendar days after the date of this Notice. Page Limit, Language, and Unclassified:� Each submission shall not exceed 20 pages.� It must be in English.� Classified information or material SHALL NOT be submitted. Questions regarding this sources sought must be emailed to the contract specialist and contracting officer listed on this Notice.� Please do not inquire via telephone.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a2985aebebfb40d39b081a252615b8ed/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05755586-F 20200814/200812230150 (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 |