Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2020 SAM #6912
SOURCES SOUGHT

16 -- ECP 6530 RETROFIT INCORPORATION OF IMPROVED COCKPIT FLIGHT CONTROL MECHANISM SEALING

Notice Date
10/30/2020 12:12:26 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
N00019-20-RFPREQ-PMA-265-0442
 
Response Due
11/16/2020 12:00:00 PM
 
Archive Date
12/01/2020
 
Point of Contact
David Smithburger, Phone: 3017577088, Samantha Pennini, Phone: 3017577353
 
E-Mail Address
david.smithburger@navy.mil, Samantha.Pennini@navy.mil
(david.smithburger@navy.mil, Samantha.Pennini@navy.mil)
 
Description
Notice Type: Sources Sought Synopsis: 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 small business 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).The Naval Air Systems Command (NAVAIR) at Patuxent River, MD, intends to negotiate and award a sole source contract to The Boeing Company (TBC) to retrofit the F/A-18A-F and EA-18G with lateral torque control shaft bearing cap seals. Retrofitting the cap seals are necessary to prevent corroded bearings that lead to the binding and jamming of flight controls. The contract action will be awarded to TBC, 6200 JS McDonnell Blvd., Saint Louis, MO 63134 as an order under the current Basic Ordering Agreement (BOA) N00019-16-G-0001, or the follow-on BOA awarded to TBC for the procurement of requirements in accordance with Engineering Change Proposal 6530, �Lateral Torque Shaft Seal Retrofit�. 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 supplied or services will satisfy agency requirements� TBC possesses the unique tooling, capability, resources, and expertise required to perform the Government's requirements in an accurate and timely manner. 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. No solicitation will be available for this procurement. 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 Douglas Rogers at (314) 563-5065 or douglas.v.rogers@boeing.com ELIGIBILITY The Product Service Code (PSC) for this requirement is 1680, and the NAICS code is 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing). REQUIRED CAPABILITIES The effort requires direct knowledge of the design and configuration of the F/A-18A-F and EA-18G aircraft flight controls and cockpit. The work and supplies to be performed on F/A-18A-F and EA-18G aircraft under ECP 6530 includes: Design and development, creation of Logistics Product Data (Provisioning), Technical Publications (IETM and paper), Technical Directive (TD) including retrofit drawings, Validation kits (seven), Verification kits (seven), and Validation installations (seven). INCUMBENT This contract action will be an order under the BOA. SUBMISSION DETAILS Interested businesses 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 DUNN's 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 V223 Contracts, David Smithburger, Code V22332, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to david.smithburger@navy.mil. Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 16 November 2020. Questions or comments regarding this notice may be addressed to David Smithburger via email at david.smithburger@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6a16bf15dd64445ea7ae619dc952cea1/view)
 
Place of Performance
Address: Saint Louis, MO 63134, USA
Zip Code: 63134
Country: USA
 
Record
SN05842680-F 20201101/201030230147 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.