SOURCES SOUGHT
R -- Engineering Technical Services
- Notice Date
- 11/18/2020 6:53:02 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV LKE JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-20-RFI-0392
- Response Due
- 11/24/2020 9:00:00 AM
- Archive Date
- 12/09/2020
- Point of Contact
- Evanuel Hairston
- E-Mail Address
-
evanuel.hairston@navy.mil
(evanuel.hairston@navy.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The following information is provided to assist the Naval Air Warfare Center Aircraft Division (NAVAIR) Lakehurst, NJ in conducting market research of industry to identify if there are alternate sources that are capable of performing the integration, design, installation calibration and documentation for technical services that can be provided to Royal Australian Air Force (RAAF) project AIR7000, SRSPO for their P-8A fleet. At this time, pending market research results, NAVAIR Lakehurst, NJ intends to negotiate on a non-competitive basis with Boeing, Seattle, WA for the technical services. The scope of the requirements includes those engineering hours required to support the US Government in executing tasks to support to the RAAF. The tasks will be used for engineering investigations, trade studies, and analyses airworthiness analysis and planning, P-8A airworthiness process compliance, integration support for P-8A avionics, communications, mission, and weapons systems, DMS support for RAAF-unique environment considerations for the P-8A, system safety analysis to support the Australian airworthiness certification for P-8A, structural analysis to support Australian airworthiness certification and maintenance planning, air vehicle support for RAAF corrosion criteria assessments and planning, P-8A RAAF unique configuration assessments, Australia specific WHS/HAZMAT tasking, and Rough Order of Magnitude cost assessments. This effort will also include supporting Government developmental and operational tests as appropriate. RESPONSES The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. The Government is interested in receiving vendors� price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided as a separate document, marked as PRICE DATA. The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure in accordance with FAR 15.207, Handling Proposals and Information. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the beta.SAM website: www.beta.SAM.gov. It is the potential vendor�s responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties shall respond within seven (14) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed 10 pages) via e-mail no later than 16 September 2020 at 12:00 PM EDT to Evanuel Hairston at evanuel.hairston@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/197f9b133f1c45dea09f5fb93b3f091f/view)
- Record
- SN05856339-F 20201120/201118230147 (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 |