Advanced Arresting Gear/Electromagnetic Aircraft Launch System CVN82, 83, Future French Carrier Production

expired opportunity(Expired)
From: Federal Government(Federal)
N00019-24-RFPREQ-TPM251-0292

Basic Details

started - 06 Feb, 2024 (2 months ago)

Start Date

06 Feb, 2024 (2 months ago)
due - 07 Mar, 2024 (1 month ago)

Due Date

07 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
N00019-24-RFPREQ-TPM251-0292

Identifier

N00019-24-RFPREQ-TPM251-0292
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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.

This Is a Sources Sought Announcement Only. This Sources Sought Notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d) and PGI 206.302-1. The Naval Air Systems Command (NAVAIR) is seeking eligible business firms who can produce up to three (3) quantity Advanced Arresting Gear (AAG) and up to three (3) quantity Electromagnetic Aircraft Launch System (EMALS) shipsets, in support of United States CVN 82, the Future French Carrier, and potentially United States CVN 83. Supplies and services to be procured through the contract actions include the manufacture, assembly, integration, test, delivery, storage, installation checkout parts and support and certification of the EMALS and AAG shipsets and the associated overall program management, schedule updates, technical data updates. The efforts will also include associated configurations changes, primarily obsolescence, and will include engineering (design definition,
verification, test and reports); integrated logistics support and updates; and manufacturing and installation of forward-fit solutions. Provisions will also be provided for retrofit kits, and/or new complete items, associated NRE, validation and verification of technical directives and associated logistics impacts, prototype testing, test plans and reports, computer software, manufacturing acceptance tests and fielding support, hardware storage, and ship-riders provisions for operational support. The anticipated procurement will not include the Energy Storage Subsystem (ESS). The government will review industry responses to this Sources Sought for the production of EMALS and AAG systems in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or a sole source award to General Atomics, San Diego, CA, the designer, developer and manufacturer of EMALS and AAG, in accordance with 10 U.S.C. 3204(a)(1), as implemented in FAR part 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. Currently, General Atomics, the designer and developer of the EMALS and AAG systems, is the only source possessing the requisite system knowledge, engineering expertise, and technical data that can meet theGovernment's requirements without unacceptable delays and duplicative costs. The results of this Sources Sought Notice will also be used to determine if any Small Business Set-Aside opportunities exist. In addition, this market research tool is being used to identify potential and eligible firms of all sizes, prior to determining the method of acquisition. The applicable NAICS code for this requirement is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a Small Business Size Standard of 1,250 employees. The Product Service Codes (PSC) are 1710 - Aircraft LandingEquipment and 1720 - Aircraft Launching Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their responses. NAVAIR expects to receive from each respondent a full response with capability summary, which contains a detailed description that clearly demonstrates that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. THIS SOURCES SOUGHT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. Interested parties, however, may identify their interest and capability by responding to the requirement. The Government may consider all information received prior to the closing date of this sources sought. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.NAVAIR is issuing this sources sought with the intent to collect industry feedback for Government consideration prior to release of a formal request for proposal (RFP). It is only for the purpose of identifying potential sources as part of market research in accordance with FAR 5.101(a)(1). Any information collected may be used for informational and/or planning purposes. No RFP or Request for Quote currently exists and requests for such will be denied. Responsible parties may identify their interest by responding to the requirement with a capability statement (no more than 10 pages in length). No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of the listed points of contacts using the contact information provided. Interested parties are requested to submit their capability statement along with their company name, address, and any comments or questions to Mary Hall, mary.r.hall37.civ@us.navy.mil and Margo O’Rear at margo.b.orear.civ@us.navy.mil by 5:00 PM (EST) on 07 March 2024. Late responses submitted past the day and time aforementioned may not be considered. Classified material shall not be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, UEI 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. The Government will acknowledgement receipt of the response. 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.

PATUXENT RIVER, MD, 20670-5000, USALocation

Place Of Performance : PATUXENT RIVER, MD, 20670-5000, USA

Country : United StatesState : Maryland

Classification

NAICS CodeCode 336413
Classification CodeCode 1720