Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 11, 2022 SAM #7590
SOLICITATION NOTICE

58 -- P-8A Poseidon Sonobuoy Rotary Launcher Lower Tray Assembly Modification

Notice Date
9/9/2022 12:05:55 PM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-22-RFPREQ-APM290-0098PS
 
Response Due
9/24/2022 1:00:00 PM
 
Point of Contact
Ryan Chandlee, Scott Segesdy
 
E-Mail Address
ryan.m.chandlee.civ@us.navy.mil, scott.segesdy@navy.mil
(ryan.m.chandlee.civ@us.navy.mil, scott.segesdy@navy.mil)
 
Description
PSC: 5845 Underwater Sound Equipment NAICS: 334511: Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing N00019-22-RFPREQ-APM290-0098PS P-8A Poseidon Sonobuoy Rotary Launcher Lower Tray Assembly Modification 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 L3Harris, Amityville, NY, for supplies and services in support of the modification of P-8A Poseidon Sonobuoy Rotary Launcher (SRL) Lower Tray Assemblies (LTAs).� The contract is planned to be awarded in the fourth quarter of Government Fiscal Year 2023. 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 Government 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 NAVAIR intends to solicit a proposal, negotiate, and procure from L3Harris supplies and services in support of the modification of P-8A Poseidon SRL LTAs.� More specifically, NAVAIR plans to procure: (1) source data for Technical Directive(s) in the form of engineering data and instructions for an Operational Level (O-Level) Government maintenance person to remove the currently configured SRL LTA and utilize a kit (fabricated by L3Harris) that installs the newest configured LTA; (2) SRL LTA modification validation and verification kits [with an estimated completion date of 6-9 months after contract award]; and (3) approximately 520 SRL LTA modification kits [estimated to be complete prior to the end of FY 2025]. L3Harris is the Original Equipment Manufacturer (OEM) of the P-8A Poseidon SRL LTA.� L3Harris 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.� 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.� This synopsis is for informational purposes only. SUBMISSION DETAILS: Interested parties may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals.� 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. (1) Small/Large Business Status:� A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status. (2) Business:� Due to the fact that L3Harris is the OEM of the SRL LTA, each interested party must include a teaming agreement (or equivalent document) signed by L3Harris indicating that L3Harris agrees to partner with or be a subcontractor to the interested party for the contemplated procurement. (3) Execution: A description of the approach [technical and schedule] for fulfilling each of the 3 requirements described above. (4) Any other specific and pertinent information 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.� Classified material SHALL NOT be submitted.� All submissions should include this Sources Sought 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.segesdy@navy.mil and Ryan Chandlee at ryan.m.chandlee.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 Ryan Chandlee, will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f79b2c3e5f74f4dbbe5f9a9b67a6fe1/view)
 
Record
SN06459598-F 20220911/220909230131 (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.