P-8A UARRSI Seal Dams Redesign Kits

From: Federal Government(Federal)
N00019-23-RFPREQ-APM290-0003PS

Basic Details

started - 08 Jun, 2023 (11 months ago)

Start Date

08 Jun, 2023 (11 months ago)
due - 26 Jun, 2024 (in 1 month)

Due Date

26 Jun, 2024 (in 1 month)
Pre-Bid Notification

Type

Pre-Bid Notification
N00019-23-RFPREQ-APM290-0003PS

Identifier

N00019-23-RFPREQ-APM290-0003PS
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710900)DEPT OF THE NAVY (157267)NAVAIR (14296)NAVAIR HQS (3705)NAVAL AIR SYSTEMS COMMAND (3306)
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.

The Naval Air Systems Command (NAVAIR) intends to award a contract action, on an other than full and open basis under FAR 6.302-1, to The Boeing Company (Boeing) located in Seattle, WA timeline for the procurement of approximately 180 Universal Aerial Refueling Receptacle Slipway Installation (UARRSI) Seal Dam Redesign retrofit kits for P-8A Poseidon aircraft. This contract action is planned to be awarded in the third quarter of Government Fiscal Year 2024 with all deliveries completed by first quarter of Government Fiscal Year 2028.DISCLAIMERThis 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.BACKGROUNDThe P-8A consists of the basic commercial 737-800 ERX air vehicle,
modified to meet Navy requirements, and numerous systems and subsystems, including simulators, avionics, communications, mission, and weapon system requirements. The P-8A system development started with a Boeing 737-800 basic design that underwent a significant structural and system modification/re-design in order to meet the Navy’s Maritime Patrol and Reconnaissance Aircraft (MPRA) mission and performance requirements. While the P-8A aircraft is unique in its design and performance characteristics, the 737-800 design that exists within is based on proprietary or limited rights technical data for which no rights are granted to the Government. Furthermore, Boeing, as the P-8A developer and system integrator, is the only source with the necessary (and unique) technical resources, personnel and modeling facilities (some of which are based on proprietary or limited rights 737-800 baseline systems) to fulfill Government requirements.SUBMISSION DETAILSAny interested party (respondent) may submit a Capability Statement within the required response time to demonstrate respondent’s ability to fulfill the Government’s requirements. 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. Experience: Description of the interested party’s experience with developing, testing, qualifying, and manufacturing retrofit kits to be incorporated into aircraft similar to the P-8A Poseidon.Execution: A description of the approach [technical and schedule] for fulfilling the requirements described above.2. Technical Data: Each interested party must demonstrate that its 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. Note that the effort completion date of delivering all approximately 180 retrofit kits by first quarter of Government Fiscal Year 2028 presumes that the Contractor has already completed the nonrecurring effort to design, develop, test and validate/verify at least one UARRSI Seal Dam Redesign retrofit kit.3. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager (s), technical leads(s), etc.)4. Company profile: Include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/ large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company’s ability to perform at least 50% of the tasking herein described.5. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted.Interested parties are advised against submitting any 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 email 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 Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact information should include name, position, phone number, and email address. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.Data Markings: In order to complete its review, NAVAIR must be able to share a respondent’s information within the Government and with covered Government support contractors as defined in DFARS 252.227-7013 Rights in Technical Data-Noncommercial Items (MAR 2023. Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed within the Government and with covered Government support contractors as defined in DFARS 252.227-7013 Rights in Technical Data-Noncommercial Items (MAR 2023).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 the 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 the Government Points of Contact associated with this Notice. Responses transmitted by any other means (e.g., by telephone, telefax, mail) will not be considered.

USALocation

Place Of Performance : USA

Country : United States

You may also like

Backriver Yearly Seal Parts

Due: 20 Nov, 2024 (in 6 months)Agency: Baltimore City

P-8A UARRSI Seal Dams Redesign Kits

Due: 26 Jun, 2024 (in 1 month)Agency: DEPT OF DEFENSE

Classification

naicsCode 336411Aircraft Manufacturing
pscCode 1560Airframe Structural Components