Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2022 SAM #7421
SOURCES SOUGHT

J -- Collins Aerospace UK BOA

Notice Date
3/24/2022 8:12:03 AM
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-NORFP-TPM231-0270
 
Response Due
4/8/2022 1:30:00 PM
 
Point of Contact
Nathan Blankenship, Evan Riedell
 
E-Mail Address
nathan.s.blankenship2.civ@us.navy.mil, evan.n.riedell.civ@us.navy.mil
(nathan.s.blankenship2.civ@us.navy.mil, evan.n.riedell.civ@us.navy.mil)
 
Description
This Sources Sought Notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d).�Naval Air Systems Command (NAVAIR), Patuxent River, MD, intends to issue a sole source�Basic Ordering Agreement (BOA)�with Collins Aerospace on a sole source basis for the procurement of engineering and logistics supplies, and services in support of Series IV T56-A-427A engine Line Replaceable Units (LRUs), including engine components and equipment procurement and component repair for U.S. Navy and Foreign Military Sales (FMS) customers. � The Government intends to solicit and negotiate with only one source under the authority of 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.""�Collins Aerospace owns the technical data and aftermarket data rights for specific Series IV T56-A-427A engine LRUs. Therefore, Collins Aerospace is the only source that can provide engineering and logistics support for maintenance of the T56-A-427A engine FPMU and PCMU LRU components. The U.S. Navy does not have the technical data and data rights necessary to conduct a competition. Collins Aerospace is unwilling to sell the data rights to the Government.�Award to any source other than Collins Aerospace for each of the requirements listed above would unacceptably delay the E-2 mission. The time to run a full and open competition, have a new source complete the design efforts, set up production equipment, fabricate and qualify new hardware/software would unduly delay the fulfillment of these critical requirements by approximately five years. As E-2 are currently in-theater, delays such as those described above would significantly reduce the operational effectiveness of these platforms. These additional delays will result in missing required aircraft modification/retrofit installs on the aircraft going through Depot-Level Planned Maintenance Intervals (PMIs) resulting in grounding aircraft, thus significantly impacting fleet readiness. Therefore, the Government has determined that Collins Aerospace is the only responsible source capable of providing supplies and/or services without an unacceptable delay in fulfilling the Government's requirement.The BOA will be available for issuing orders for a period of five (5) years. THIS NOTICE OF INTENT IS NOT A REQUEST�FOR COMPETITIVE PROPOSALS.� Responsible parties, however, may identify their interest by responding to the requirement with a capability statement.� The Government will consider all information received prior to the closing date of this notice. Unless stated herein, no additional information may be made available.� Requests for the same will be disregarded.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� A determination by the Government not to compete these efforts based upon responses to this notice is�solely within the discretion of the Government.� No phone inquiries�will be entertained.� Responses shall be made in writing by email, U.S. mail or facsimile to the attention of Nathan Blankenship or Evan Riedell using the contact information provided in this synopsis.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b2ab3306aab44db87470ed339feeb78/view)
 
Place of Performance
Address: Birmingham, GBR
Country: GBR
 
Record
SN06278835-F 20220326/220324230113 (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.