ARTEMIS Capability Upgrade Program

expired opportunity(Expired)
From: Federal Government(Federal)
22D0095SS8122022

Basic Details

started - 12 Aug, 2022 (21 months ago)

Start Date

12 Aug, 2022 (21 months ago)
due - 22 Aug, 2022 (20 months ago)

Due Date

22 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
22D0095SS8122022

Identifier

22D0095SS8122022
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE NAVY (157282)NAVAIR (14296)NAVAIR NAWC AD (6994)NAVAL AIR WARFARE CENTER AIR DIV (3895)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1. IntroductionThe Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office PMA-226, Adversary Integrated Product Team (IPT) is issuing this sources sought for the procurement of F-5 Block Upgrade unique spare components and software sustainment in direct support of the F-5N+/F+ Avionics Reconfiguration and Tactical Enhancement/Modernization for Inventory Standardization (ARTEMIS) Program and planned United States Navy and United States Marine Corps legacy F-5N/F aircraft upgraded to the F-5N+/F+ configuration: F-5N+ Block Upgrade system 70082-00000-11 and F-5F+ Block Upgrade system 70082-00000-21. The types and quantities of spare parts required are forecasts based on proprietary Failure Mode, Effects, and Critically Analysis (FMECA) data developed by Tactical Air Support, Inc. in support of its F-5AT configuration delivered to the Government with Limited Rights. Additionally, the Block Upgrade system configuration requires continuous software support to
maintain cybersecurity accreditation and software updates at an aircraft-level. The integration of this software, the required software loading procedures and the software interface requirements were delivered with Restricted Rights and Commercial License Rights from Tactical Air. This announcement will be used to determine if sources are capable of satisfying the agency’s requirements or if, according to Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.This notice is not a request for proposals; however, any firm believing they can fulfill the requirement may submit a capability statement. Information received will be considered solely for determining capability to meet this requirement.  A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government.  Additionally, firms may reach out directly to Tactical Air for any information about the Block upgrade program.  The Tactical Air POC is Mr. John Carlisle, jcarlile@tacticalairsupport.com or (321) 290-0745.2. Statement of Interest and Capabilities Package:Interested parties may identify their interest and capabilities in response to this sources sought. Submission requirements detailed below:     (1) The information in Section 1 above is for respondents to use in the development of their capabilities statement package. Due to the significant amount of proprietary data associated with the requirements, respondents shall address how their capabilities or specific approach to meet the requirements will overcome the Government’s rights to use limitations in providing technical data or computer software. If your company has any questions about the information in Section 1, or areas that may need further definition, please identify those in the response.     (2) All data received in response to this sources sought, marked or designated as corporate or proprietary, will be protected from release outside the Government. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted.     (3) Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 pitch) demonstrating their eligibility to perform each of the services listed in the attached SOW to the contracting office. Documentation should be in bullet format. All responses must be sufficient to permit agency analysis to determine capability to meet timeline of this requirement.     (4) This documentation must address at a minimum the following items:         a. Company Name, Address and Points of Contact including name, telephone number, fax number, and email address.          b. Company Business Size, CAGE code, DUNS Number, Unique Entity ID and mailing address.          c. Corporate Experience: Prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the requirements described herein.          d. Company Profile: Office location(s), annual revenue history, include number of employees, statement indicating business size and, if company is small, small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), or 8 (a) business.  This requirement is being procured under the Product Service Code (PSC) 1680. The applicable North American Industry Classification System (NAICS) code is 336411 with a business size standard of 1,500 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.     (5) Capabilities:  This information will be used to determine if sources are capable of satisfying the agency’s requirements without an unacceptable delay in support of Fleet aircraft.  Include related assumptions, issues, and risks associated.This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this sources sought are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this sources sought. All information released in this announcement is considered a DRAFT and for informational purposes only. Responses:Interested businesses shall submit responses electronically via Microsoft Word or Portable Document Format (PDF) to Ms. Shandra Schultz, Shandra.G.Schultz.civ@us.navy.mil no later than 12:00 PM EST on 22 August 2022. 

USALocation

Place Of Performance : USA

Country : United States

Classification

naicsCode 336411Aircraft Manufacturing
pscCode 1680Miscellaneous Aircraft Accessories and Components