SOURCES SOUGHT
15 -- Sources Sought for Fulfillment of Various P-8A Poseidon Platform Requirements
- Notice Date
- 12/2/2020 12:24:37 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
- 2021-2025P-8ASS
- Response Due
- 12/17/2020 9:00:00 AM
- Archive Date
- 01/01/2021
- Point of Contact
- Neal McKinney, Phone: 3017575269, Shawn Campbell, Phone: 3017575270, Fax: 3017575284
- E-Mail Address
-
neal.mckinney@navy.mil, shawn.campbell@navy.mil
(neal.mckinney@navy.mil, shawn.campbell@navy.mil)
- Description
- The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist.� All Small Business Set-aside categories will be considered.� In addition, this market research tool is being used to identify potential and eligible firms of all sizes prior to determining the method of acquisition and issuance of a solicitation. 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. INTRODUCTION The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft (MPRA) Program Office (PMA-290) announces this sources sought. This sources sought will assist the United States Navy in conducting market research to determine potential contractors that have an interest in providing the below requirements for the P-8A Poeseidon platform for the USG, CPP, and FMS from 2021 to 2026. These requirements are subject to change, and the final requirements will be defined under a formal Request for Proposal. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� It is a market research tool being used to determine potential and eligible small and large businesses, other than Boeing, capable of fulfilling the requirements 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 Notice. ELIGIBILITY The PSCs for the contemplated contract actions are: AC11 through AC15, AC61 through AC65, B539, B541, B544, J015, J016, J017, J069, J070, K015, K016, K017, K069, K070, N015, N016, N017, N069, N070, 1510, 1560, 1680, 6910, 6930, and 6940. The NAICS and small business sizes for the contemplated contract actions are: NAICS Small Business Size 334511 1,250 employees 336411 1,500 employees 336413 1,250 employees 488190 $35M 541330 $16.5M 541511 $30M 541512 $30M 541715 1,000 employees All interested businesses are encouraged to respond. PROGRAM BACKGROUND The P-8A consists of the basic commercial 737-800 ERX air vehicle, modified to meet Navy requirements, and numerous systems and subsystems, including simulators, providing the avionics, communications, mission, and weapon system requirements.� The P-8A system development started with a Boeing 737-800 basic design that underwent a significant structural and system modification/re-design in order meet the Navy�s Maritime Patrol and Reconnaissance Aircraft (MPRA) mission and performance requirements.� While the P-8A aircraft is unique in its design and performance characteristics, the 737-800 design that exists within is based on proprietary technical data for which no rights are granted to the Government.� Boeing, as the P-8A developer and system integrator, is the only source with the necessary (and unique) technical resources, personnel and modeling facilities (some of which are based on proprietary 737-800 baseline systems) to fulfill requirements described herein.� ANTICIPATED PERIOD OF PERFORMANCE As previously stated, this announcement contemplates contract actions (orders and order modifications) issued under BOA N0001921G0006 from February 2021 through February 2026.� The period of performance for each contract action depends on the complexity and scope/size of the efforts required to fulfill each action�s requirements.� Generally, though, a contract action�s non-recurring requirements require 1 to 2 years to fulfill while its recurring requirements require 2 to 3 years to fulfill. ANTICIPATED CONTRACT TYPE Depending on the complexity and scope of requirements associated with each contract action, NAVAIR contemplates utilization of cost-reimbursement type and fixed price type contract actions. REQUIREMENTS P-8A unique supplies and services to be procured will be limited to items and services that require access to either proprietary computer software, inherent proprietary technical data or through its access unique resources, skillsets or facilities that only Boeing (as the OEM) has, which are needed to fulfill requirements. The unique P-8A supplies and services support the P-8A program�s capability roadmap and Assured Maritime Dominance acquisition activities that are implemented via a sequence of Rapid Capability Insertions (RCI), rapid development efforts and/or Engineering Change Proposals (ECPs) to incorporate incremental software and/or hardware improvements to existing sensor capabilities, communications systems, mission systems, aircraft systems, weapons capabilities, logistics support elements, training systems and Tacmobile support to build on the P-8A capability baseline.� Specific P-8A supplies and services include the following: (a) research, development, integration, test, evaluation, and manufacture of required items necessary to rapidly field aircraft systems, laboratories and support equipment, new, improved/upgraded, or replacement systems, subsystems, hardware and software; (b) laboratory, air worthiness, modeling and simulation, wind tunnel, ground and flight testing; (c) engineering investigations, trade studies, and analyses; (d) retrofit incorporation of ECPs, including designing and developing ECPs, developing technical directives, manufacturing validation and verification kits, manufacturing retrofit kits, installing kits, updating/maintaining maintenance manuals and technical publications, and spares to support ECP incorporation; (e) maintenance analysis and support for P-8A unique aircraft and associated systems, laboratories, and support equipment; (f) training and training systems supplies and services; (g) obsolescence management (Diminishing Manufacturing Sources and Material Shortages); (h) integration support for avionics, communications, mission, and weapons systems; (i) flight test aircraft and laboratory sustainment; (j) technical, management, and logistics support of P-8A unique depot and intermediate level maintenance standup; and (k) Integrated Product Support to include technical manuals, logistic supportability analysis, maintenance plans and provisioning. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work itself in terms of cost of performance.� Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General & Administrative rate multiplied by the labor cost.� The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14.� If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. In addition to utilizing fixed price contract actions, NAVAIR contemplates utilization of cost-reimbursement type contract actions.� Therefore, interested parties will also be required to have a Government approved accounting system upon 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 computer software, and knowledge required to fulfill the requirements.� The Boeing Company (Boeing) is the Original Equipment Manufacturer (OEM) and integrator of the P-8A Poseidon.� The Government neither possesses nor can provide full access to required technical data and computer software.� Respondents will need to provide licensing agreements that clearly demonstrate their ability to obtain access to technical data and computer software needed to fulfill the requirements herein. SUBMITTAL INFORMATION Interested parties (respondents), other than Boeing, must submit an UNCLASSIFIED capability statement. Each capability statement shall include at a minimum: 1.�� Approach and Experience:� Description of the respondent�s approach and experience with fulfilling the requirements described above for large, land-based fixed wing military aircraft platforms similar to the P-8A. 2.�� Technical Data Licensing Agreement:� A technical data licensing agreement (or letter of intent to enter into such a licensing agreement) signed by Boeing that clearly demonstrates the respondent�s ability to obtain from Boeing access to and utilization of P-8A technical data. 3.�� Computer Software Licensing Agreement:� A computer software licensing agreement (or letter of intent to enter into such a licensing agreement) signed by Boeing that clearly demonstrates the respondent�s ability to obtain from Boeing access to and utilization of P-8A computer software. 4.�� Personnel:� Name, professional qualifications and specific experience of respondent�s key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc. 5.�� Security:� Statement regarding respondent�s capability to obtain the required industrial security clearances for personnel. 6.�� 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 work itself in terms of cost of performance. 7.�� Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted. 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 Government points of contact listed on this Notice. Submissions must be received by the Government points of contact listed on this Notice no later than the Response Date indicated on 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 Government points of contact listed on this Notice.� Please do not inquire via telephone.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/779463498f8249dab60f9038084e8825/view)
- Place of Performance
- Address: Seattle, WA 98124, USA
- Zip Code: 98124
- Country: USA
- Zip Code: 98124
- Record
- SN05865157-F 20201204/201202230142 (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 |