Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 12, 2022 SAM #7378
SOLICITATION NOTICE

16 -- Auxiliary Power Unit (APU) Bare Metal Shroud ORI Update

Notice Date
2/10/2022 12:01:36 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-RFPREQ-APM290-0600PS
 
Response Due
2/25/2022 8:59:00 PM
 
Point of Contact
Victor Onwuka
 
E-Mail Address
victor.onwuka.civ@us.navy.mil
(victor.onwuka.civ@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to award a commercial item contract to Honeywell International Inc. (Honeywell), on an other than full and open competition basis, for the procurement of Non-recurring Engineering (NRE) required to update a Honeywell proprietary Overhaul and Repair Instruction, to allow it to be applicable to P-8A Auxiliary Power Units (APUs) in support US Navy (USN) requirements. Planned award date is September 2022 and with the effort to be completed within 1 year of award. The effort shall be procured pursuant to 10 U.S.C. 2304 (c) (1) and FAR 6.302-1, �Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.�� Honeywell is the only source with the requisite knowledge, experience, technical expertise, and technical data necessary to furnish the contemplated supplies and/or services in a timely manner. BACKGROUND: Honeywell is the Original Equipment Manufacturer (OEM) of the USN P-8A fleet APU and has developed a proprietary ORI applicable to specific Commercial 737 operators, to allow the current APU load compressor shroud to be replaced with bare metal shroud during repair to eliminate load compressor seizing. As the original designer, developer, and manufacturer of the P-8A fleet APU, Honeywell is the only company that possesses the complete set of technical data and drawings to manufacture the 131-9B APU and the proprietary ORI to make changes to the current APU load compressor shroud. Since NAVAIR does not have access to the relevant source data and rights to the ORI developed by Honeywell, it would be unable to independently update the ORI to be applicable to P-8A APUs nor verify that an ORI update from another source meet specifications. SUBMISSION DETAILS: Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals.� Only Capability Statements received on or before the response date indicated in this Notice will be considered by the Government.� A determination by the Government not to compete this 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 should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications. (1) Execution:� A description of the approach for obtaining and updating the Honeywell proprietary ORI. Due to the fact that Honeywell is the OEM for the P-8A fleet APU, the Contractor must provide licensing agreement(s) signed by Honeywell that clearly demonstrates its ability to obtain access to the technical and engineering source data/ resources associated with the Honeywell 131-9B APU and access to the current proprietary Honeywell ORI. The Contractor must be certified by Honeywell to make changes to ORI. (2) Any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement. Interested parties are advised against submitting a 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 one 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 no later than 15 calendar days after the posting date of this Notice.� Classified material SHALL NOT be submitted.� All submissions should include this Presolicitation Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted.� Point-of-contact information should include name, position, phone number, and email address.� Acknowledgement of receipt will be provided.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.� All submissions must be clearly marked with the following caption:� For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.� Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.� All information received in response to this Notice that is marked proprietary will be handled accordingly.� 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 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.a.segesdy.civ@us.navy.mil and Victor Onwuka at victor.o.onwuka.civ@us.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 Victor Onwuka will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/35be7fdab74847cb9a2fb5392601a06c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06239198-F 20220212/220210230109 (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.