Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2023 SAM #7793
SOURCES SOUGHT

P -- P-8A Poseidon Systems and Software Engineering Platform Sustainment

Notice Date
3/28/2023 9:33:58 AM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM290-0206
 
Response Due
4/12/2023 2:00:00 PM
 
Point of Contact
Erin Conden, Ronald A Hickman
 
E-Mail Address
erin.r.conden.civ@us.navy.mil, ronald.a.hickman.civ@us.navy.mil
(erin.r.conden.civ@us.navy.mil, ronald.a.hickman.civ@us.navy.mil)
 
Description
P-8A Poseidon Systems and Software Engineering Platform Sustainment Posted Date:� 28 March 2023 Response Date:� 12 April 2023 Product Service Code (PSC):� J070 � MAINT/REPAIR/BUILD OF EQUIPMENT- ADP EQUIPMENT/SOFTWARE/SUPPLIES/SUPPORT EQUIPMENT� NAICS Code:� 541512 � Computer Systems Design Services Solicitation Number:� N00019-23-RFPREQ-APM290-0206 NOTICE INFORMATION Agency/Office Naval Air Systems Command Title P-8A Poseidon Systems and Software Engineering Platform Sustainment 1. INTRODUCTION This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to identify potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of acquisition and issuance of a solicitation. The Naval Air Systems Command (NAVAIR) at Patuxent River, MD has a requirement to procure Systems and Software Engineering for P-8A platform sustainment for January 2025 through December 2029.� The requirement entails primarily software sustainment related to the P-8A Tactical Open Mission System (TOMS) software.� This effort includes providing software maintenance, software support services, and modernizations and improvements to software.� Software support services include analysis, design, implementation, software and associated hardware prototyping, integration, testing, prototype installation, software Fleet support, and sustainment of development and test laboratory capability. DISCLAIMER THIS NOTICE 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 NOTICE.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. 2. PROGRAM BACKGROUND The Boeing Company (Boeing) is the sole designer, developer, manufacturer, and integrator of the P-8A aircraft.� The P-8A weapons system consists of a Boeing 737-800 ERX air vehicle modified to meet Navy requirements, to include systems and subsystems for avionics, communications, and mission and weapon capabilities. The subject effort of this Notice is a follow-on to the predecessor P-8A Poseidon Systems and Software Engineering Platform Sustainment IDIQ contract, N00019-21-D-0010; a cost-reimbursement Term (Level of Effort) type contract, for which Boeing has been the sole provider.� Average hours expended per year are 28.17k.� NAVAIR Freedom of Information Act (FOIA) website http://foia.navair.navy.mil.� 3. ANTICIPATED PERIOD OF PERFORMANCE NAVAIR anticipates a five (5) year contract. 4. ANTICIPATED CONTRACT TYPE NAVAIR intends to award a cost-reimbursement type contract. 5. REQUIREMENTS The Contractor shall provide the qualified personnel, material, facilities, equipment, software, and other supplies to support the technical work, management, and processes required for system defect correction, modernization, enhancements and improvements, and obsolescence related upgrades.� The Contractor shall perform fleet support, software corrections, system/subsystem updates, retrofit, and research and development.� Systems and components to be supported include all P-8A mission unique modifications to the base commercial 737 �green� aircraft.� Also included are support systems such as development and test laboratories.� Note that NAVAIR does not possess sufficient technical data, computer software, and computer software documentation a Contractor would require in order for the Contractor to fulfill these planned requirements. 6. ELIGIBILITY The PSC for this requirement is J070; the NAICS is 541512. 7. SUBMISSION DETAILS Interested vendors may submit a Capability Statement demonstrating the capability to meet the requirements of this notice.� Capability Statements 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.� Only Capability Statements received on or before 15 calendar days after the Notice posting date will be considered by the Government.� The Government requests respondents deliver submissions electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information.� Capability Statements submitted should specifically address 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 Boeing is the only entity with sufficient technical data, computer software, and computer software documentation a Contractor would require in order for the Contractor to fulfill these planned requirements, each interested party (other than Boeing) must include either (1) a teaming agreement (or equivalent document) signed by Boeing indicating Boeing�s agreements to partner with, or be a subcontractor to, the interested party for the contemplated procurement; or (2) a document signed by Boeing indicating Boeing agrees to offer a license to the interested party for the technical data, computer software, and computer software documentation. (3) Execution:� A description of the technical approach for commencing the effort at the estimated award date of October 2024. (4) Experience:� A description of previous contracts awarded within last 3 years or current relevant contracts. (5) Personnel:� Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), and technical lead(s)). (6) Facilities:� Availability and description of facilities and equipment to be utilized to meet requirements. (7) Security:� A description of facility and personnel security regarding the handling and storage of classified information and hardware. (8) Any other specific and pertinent information as 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 that merely mimics information in this Notice, provides brochure-like information, or provides general information.� 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.� Classified material SHALL NOT be submitted.� All submissions must be clearly marked with the following caption:� Controlled Unclassified Information (CUI), 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 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.� 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. 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.� 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 Erin Conden at erin.r.conden.civ@us.navy.mil and Ron Hickman at ronald.a.hickman.civ@us.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1bc625e766d4c5494569383424c3fa4/view)
 
Record
SN06632782-F 20230330/230328230113 (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.