Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
DOCUMENT

16 -- SOURCES SOUGHT NOTICE FOR T-45 AUTOMATIC BACKUP OXYGEN SYSTEM (ABOS) - Attachment

Notice Date
12/21/2017
 
Notice Type
Attachment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
N61340 Naval Air Warfare Center Training Systems Division 12350 Research Parkway Orlando, FL
 
Solicitation Number
N0001918R0041
 
Response Due
1/8/2018
 
Archive Date
1/9/2018
 
Point of Contact
Stephanie Gvozd, 407-381-8661
 
Small Business Set-Aside
N/A
 
Description
DISCLAIMER: THIS SOURCES SOUGHT 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 ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Introduction: The Naval Air Warfare Center Training Systems Division (NAWCTSD) Contracts Department, Orlando, Florida has a requirement to develop and integrate an Automatic Backup Oxygen System (ABOS) into the existing T-45 On Board Oxygen Generating System (OBOGS) to provide supplemental oxygen during periods of low pressure and/or low oxygen concentration from the aircraft ™s OBOGS in response to a rise in the number of reported Physiological Episodes. The Contractor will be required to decompose and allocate necessary higher level requirements to lower level specifications, define and analyze potential T-45 ABOS design solution concepts and integration approaches and mature selected design and integration concepts through closure of Critical Design Review. The Boeing Company is the original designer, developer and manufacturer of the T-45 aircraft and its systems, as well as the owner of the Technical Data Package of the airframe required for this effort. The Government intends to award a sole source delivery order to The Boeing Company under Boeing ™s Corporate Basic Ordering Agreement, N00019-16-G-0001. For information regarding subcontracting possibilities, please contact The Boeing Company ™s representative, Mr. Rick Morgan, Boeing Global Services, richard.j.morgan3@boeing.com. Anticipated Time Frame: Estimated Delivery Date for Preliminary Design after Award: October 2018 Estimated Delivery Date for Critical Design after Award: December 2018 REQUIRED CAPABILITIES: 1. The interested party shall be capable of providing the non-recurring engineering to complete a Preliminary Design Review (PDR) and Critical Design Review (CDR) related to the integration of an ABOS into the T-45 aircraft. 2. The interested party must be able to demonstrate its ability to obtain the required Original Equipment Manufacturer (OEM) Technical Data Package (TDP) to perform this work. ELGIBILITY: The applicable NAICS code for this requirement is 336413, Other Aircrafts Parts and Auxiliary Equipment, which has a small business size standard of 1,250 employees. The Product Service Code is 1660, which is for Aircraft Conditioning, Heating and Pressurizing Equipment, and its associated Object Class Code is 310, which is for Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify its business size in its capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2010. All responses shall include Company Name, Company Address, Company Business Size, and at least two Points of Contact including name, phone number, and e-mail address. This documentation must address at a minimum the following items: 1. Specifically describe how your company will meet the requirement and delivery date while also complying with FAR 52.215-23, Limitations on Pass-Through Charges. 2. Describe your Company ™s organization to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code(s), statement regarding current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 336413 (small, Small-Disadvantaged, Service-Disabled, Veteran-Owned, HUBZone, Woman-owned, etc.), statement whether your interest in this effort is as a prime Offeror or to express interest regarding subcontracting possibilities, and contact information (telephone and email) for points of contact of those able to discuss the material submitted. 3. Describe your Company ™s ability and intent to perform 50% of the work. 4. Describe your capacity and facilities for this effort. Explain any element of this requirement that your company either does not have or that must be established to accomplish tasks that result from the requirements. Such capabilities will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon response to this notice, is solely within the discretion of the Government. The deadline for response to this request is 6:30pm, EST, 8 January 2018. Detailed written capabilities shall be electronically submitted to the Contract Specialist, Stephanie Gvozd, at stephanie.gvozd@navy.mil with copies to the PCO, Erin Young at erin.b.young@navy.mil and Alana Nunez-Bennett at alana.nunez-bennett@navy.mil and shall reference N61340-18-RFPREQ-PMA-273-0393 on both the e-mail and all enclosed documents. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions regarding this Sources Sought notice must be submitted via email to Stephanie Gvozd at stephanie.gvozd@navy.mil with a copy to Alana Nunez-Bennett at alana.nunez-bennett@navy.mil and Erin Young at erin.b.young@navy.mil. No questions will be accepted by phone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N0001918R0041/listing.html)
 
Document(s)
Attachment
 
File Name: N0001918R0041_ABOS_Source_Sought_Final_Draft.docx (https://www.neco.navy.mil/synopsis_file/N0001918R0041_ABOS_Source_Sought_Final_Draft.docx)
Link: https://www.neco.navy.mil/synopsis_file/N0001918R0041_ABOS_Source_Sought_Final_Draft.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04773505-W 20171223/171221231138-156a63ecf67b05c909479034e8e81a6b (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  © 1994-2020, Loren Data Corp.