Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2022 SAM #7616
SOLICITATION NOTICE

15 -- F/A-18E/F Service Life Assessment Program and Service Life Extension Program Rates

Notice Date
10/5/2022 1:28:08 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
SLAP_SLEP_RATES
 
Response Due
10/20/2022 8:59:00 PM
 
Point of Contact
Heather D. Arthur
 
E-Mail Address
heather.d.arthur2.civ@us.navy.mil
(heather.d.arthur2.civ@us.navy.mil)
 
Description
The Naval Air Systems Command PMA-265 intends to award a modification to sole source, cost-plus-fixed-fee Indefinite Delivery Indefinite Quantity (IDIQ) contract to Boeing for Service Life Assessment Program (SLAP) & Service Life Extension Program (SLEP) for the F/A-18E/F. During SLAP/SLEP, the airframe structures and flight controls and subsystems will be the areas of focus. The purpose of these efforts is to provide the engineering services required for life extension modifications and other risk mitigation measures needed to ensure safety of flight. These requirements consist of: non-recurring engineering for engineering change proposals; incorporation of airframe and accessory changes; and replacement, inspections, and/or incorporation of fatigue algorithms into the existing Structural Appraisal of Fatigue Effects database; along with program management support.� The IDIQ was awarded with a five-year ordering period; this modification will add additional Research, Development, Test, and Evaluation RDT&E hours and incorporate rates for Calendar Years 2025 - 2029. There is no change to the previously awarded scope. This synopsis is for informational purposes only. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. The government intends to negotiate the contract modification under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The North American Industry Classification Systems (NAICS) code for the action described herein is 541330. GENERAL INFORMATION: The Boeing Company is the sole designer, developer, manufacturer, and integrator of the F/A-18A-D, F/A-18E/F, and EA-18G aircraft in its various configurations and is the only source with the knowledge, expertise, facilities, and qualified personnel necessary to accomplish this effort. This is an on-going effort with Boeing. For those interested in subcontracting opportunities, please visit http://www.boeingsuppliers.com/esd/getstart.html. Any interested party must have the approved facility(ies) and personnel clearances necessary and also demonstrate the ability to obtain any required clearances in time to meet the schedule requirements. Any interested party shall be responsible for obtaining from The Boeing Company all aircraft data required for the support of this effort at no cost to the U.S. Navy. Any respondent must also submit a Statement of Qualifications to demonstrate their ability to perform to the Government's needs within the required response time. IMPORTANT ADDITIONAL INFORMATION FOR INTERESTED PARTIES: This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract- modification based upon responses to this notice is solely within the discretion of the Government. There are no commitments by the Government to issue any solicitations, make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the efforts mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract or modification. No telephone responses will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7aac06166044ba497119e065a314bc3/view)
 
Place of Performance
Address: Saint Louis, MO 63134-1939, USA
Zip Code: 63134-1939
Country: USA
 
Record
SN06487259-F 20221007/221005230111 (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.