SOLICITATION NOTICE
15 -- P-8A Poseidon UARRSI Seal Dam Redesign Retrofit ECP
- Notice Date
- 12/1/2020 7:10:44 AM
- Notice Type
- Presolicitation
- 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-290-1042PS
- Response Due
- 12/16/2020 2:00:00 PM
- Archive Date
- 12/31/2020
- Point of Contact
- Scott Segesdy, Samantha Goodyear
- E-Mail Address
-
scott.segesdy@navy.mil, samantha.goodyear@navy.mil
(scott.segesdy@navy.mil, samantha.goodyear@navy.mil)
- Description
- DESCRIPTION The Naval Air Systems Command (NAVAIR) intends to issue a solicitation, negotiate, and award a contract, on an other than full and open basis under FAR 6.302, to The Boeing Company (Boeing), Seattle, WA for supplies and services in support of the retrofit incorporation into the P-8A Poseidon of the Universal Aerial Refueling Receptacle Slipway Installation (UARRSI) Seal Dam Redesign engineering change proposal (ECP). The contract is planned to be awarded in the fourth quarter of the Government Fiscal Year 2021 (Q4FY21). � DISCLAIMER This Notice is issued in accordance with FAR 5.204. This is not a Request for Proposals.� Responses in any form are not offers and the Governments is under no obligation to award a contract as a result of this Notice.� The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person�s costs incurred responding to this Notice. BACKGROUND The U.S. Navy has experienced numerous failures of the UARRSI crown seal which prohibits Aircraft Aerial Refueling (AAR). �A redesign of the UARRSI seal dams is required to increase their thickness and to match the contour of the UARRSI flange. �NAVAIR intends to solicit a proposal, negotiate and procure from Boeing supplies and services in support of the retrofit incorporation into the P-8A Poseidon of the UARRSI Seal Dam Redesign ECP.� More specifically, NAVAIR plans to procure: �(1) Non-Recurring Engineering (NRE) for a depot maintenance level retrofit incorporation of the ECP including developing and fabricating or acquiring an ECP retrofit kit, developing a Technical Directive (TD) and Installation Data Package (IDP) to install/integrate the kit, and verifying and/or validating the kit, TD, and IDP, updating aircraft drawings, and updating maintenance publications/Interactive Electronic Technical Manuals (IETMs); and (2) fabrication and delivery of approximately 117 retrofit kits for the U.S. Navy, approximately 12 retrofit kits for the Royal Australian Air Force, and approximately 7 retrofit kits for the United Kingdom Royal Air Force.� The planned timeline is contract award by Q4FY21 with completion of the effort by Q4FY24. �The contractor is expected to complete the NRE within 1 year of award, and fabricate and deliver all retrofit kits within 3 years of award. Boeing is the Original Equipment Manufacturer (OEM) of the P-8A Poseidon and has been the prime and only integrator of P-8A systems and subsystems. Boeing is the only source with the knowledge, expertise, facilities, equipment, qualified personnel, and technical data necessary to accomplish this effort. Any interested party must have the knowledge, expertise, facilities, equipment, qualified personnel, and technical data necessary to accomplish this effort within schedule requirements. This synopsis is for informational purposes only. SUBMISSION DETAILS Any interested party (respondent) may submit a Capability Statement within the required response time to demonstrate respondent�s ability to fulfill the Government�s requirements.� Only Capability Statements received not later than the Response Date indicated in this Notice will be considered by the Government.� A determination by the Government not to compete the proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Capability Statements submitted shall be pertinent and specific in the technical/ management/ business area under consideration, on each of the following qualifications. Experience:� Description of the Contractor�s experience with developing and implementing depot maintenance level retrofit ECPs on large, land-based fixed wing military aircraft similar to the P-8A. Execution: A description of the approach [technical and schedule] for fulfilling each of the requirements described above. 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. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager (s), technical leads(s), etc. Security: Statement regarding capability to obtain the required industrial security clearances for personnel. 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. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. � Interested parties are advised against submitting and Capability Statement/ Proposal that merely mimics information in this Notice, provides brochure-like information, or provides general information.� Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with on inch margins and font no smaller than 10-point Times New Roman.� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information.� Classified material SHALL NOT be submitted.� All submissions should include this Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact information should include name, position, phone number, and email address.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. � Data Markings:� In order to complete its review, NAVAIR must be able to share a respondent�s information 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 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). � Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to the information received from interested persons, but may request additional information following review.� Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.� Responses to this Notice shall be sent via e-mail to Scott Segesdy at scott.segesdy@navy.mil and Samantha Goodyear at Samantha.Goodyear@navy.mil.� Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Scott Segesdy and Samantha Goodyear, will not be considered. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/268f618e0cf7404f81220eefd9e56cdf/view)
- Record
- SN05863568-F 20201203/201201230139 (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 |