Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2016 FBO #5277
SOURCES SOUGHT

16 -- Retrofit of Replacement Acoustic Porcessor Tech Refresh (RAPTR)

Notice Date
5/3/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-16-P1-PMA-290-0850
 
Archive Date
6/2/2016
 
Point of Contact
Cynthia M. Thompson, , Rodney C Flowers,
 
E-Mail Address
cynthia.m.thompson@navy.mil, rodney.flowers@navy.mil
(cynthia.m.thompson@navy.mil, rodney.flowers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. In accordance with FAR 5.204(c), Naval Air Systems Command (NAVAIR), P-8A Program Office (PMA-290) is seeking information from industry on the procurement of up to ninety-three (93) Replacement Acoustic Processor Tech Refresh (RAPTR) retrofit kits. The period of performance of this effort is anticipated from March 2017-November 2019. The Government has the requirement for the replacement of the current P-8A Acoustic Processor Tech Refresh (APTR) in the United States Navy (USN) and Boeing integration laboratories and P-8A aircraft delivered prior to Lot 7. The requirement includes the delivery of up to ninety-three (93) RAPTR processors. These units shall be identical to the most current qualified version of the RAPTR delivered to P-8A Lot 7 production effort. The requirement also includes the necessary non-recurring configuration updates to reflect RAPTR effectivity on Lot 1 through Lot 6 aircraft. Any interested party must have the knowledge, expertise, facilities, and qualified personnel necessary to accomplish this effort within schedule requirements. The requested information will be used to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and knowledge required to support the above requirement. Because the Government does not possess all the proprietary engineering data required to perform a complete assessment, respondents will need to address evidence of the ability to enter into agreement with The Boeing Company, that will allow access to any data required to fulfill the requirements set forth above as well as the ability to seek FAA certification for recommended repairs. This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities. Responses to this RFI are not to exceed 5 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman. A double-sided page will be considered one page for the purpose of counting the 5 page limit. Responses may include multiple concepts. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the material 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 Part 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 RFI that is marked proprietary will be handled accordingly. Information submitted in response to this RFI 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 capability statement packages, but may request additional information following review. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-P1-PMA-290-0850/listing.html)
 
Place of Performance
Address: The Boeing Company, 6200 JS McDonnell Boulevard, St. Louis, Missouri, 63134-1939, United States
Zip Code: 63134-1939
 
Record
SN04103836-W 20160505/160503235009-3ee6ee17e6dc6dfe04a02a0209c5ddca (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.