Search Contract Opportunities

F-5N/F Capability Upgrade Kit Procurement   2

ID: N0042121R0129 • Type: Sources Sought • Match:  90%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

1. Introduction

The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office PMA-226, Adversary Integrated Product Team (IPT) is issuing a special notice for the procurement of six (6) F-5N/F Capability Upgrade (referred hereafter as the Block Upgrade System) kits consisting of four (4) F-5N+ kits and two (2) F-5F+ kits as defined by the F-5N+/F+ Block Upgrade System Parts List, inclusive of the required proprietary software. Offerors are advised to rely on the information contained in this announcement and the draft F-5N+/F+ Block Upgrade System Parts List when responding to this sources sought/synopsis.

This sources sought/synopsis will be used to determine if any other sources are capable of satisfying the agency's requirements without an unacceptable delay of aircraft delivery to the Fleet.

2. Special Notice:

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 for determining capability to meet the timeline of 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. The Government will inform all companies who submit a statement of interest and capabilities package whether it was found to be capable or not capable to meet the requirements.

3. Statement of Interest and Capabilities Package:

Interested parties may identify their interest and capabilities in response to this sources sought/synopsis. Submission requirements detailed below:

    1. The F-5N+/F+ Block Upgrade System Parts List, inclusive of the required proprietary software, attached to this sources sought/synopsis is for respondents to use in the development of their capabilities statement package. If your company has any questions about the parts list, or areas that may need further definition, please identify those in the response.
    2. All data received in response to this synopsis, 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) single-sided 8.5x11 inch pages, Times New Roman font of not less than 10 points) demonstrating their ability to procure the items identified in the F-5N+/F+ Block Upgrade System Parts List 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:
      1. Company name, address and points of contact including name, telephone number, fax number, and email address.
      2. Company business size, CAGE code, DUNS Number, and mailing address.
      3. 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, and a brief description of how the contract referenced relates to the requirements described herein.
      4. 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 336413 with a business size standard of 1,250 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 aircraft delivery to the Fleet. The Government does not possess Government Purpose Rights for the Block Upgrade System and is unable to provide technical data for the Block Upgrade System to a third party. Responses shall include a technical approach demonstrating the ability to procure the items identified in the F-5N+/F+ Block Upgrade System Parts List, a detailed schedule demonstrating the capability to deliver all parts by March 2022 in order to support the Navy's aircraft induction plan, and a complete copy of any executed partnership or teaming agreement to resolve any Block Upgrade System data rights issues. Finally, the Contractor shall provide any related assumptions, issues, and risks. Executed partnership or teaming arrangements are excluded from the applicable page limits.

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 synopsis 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 synopsis. 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. Kara Ridgell, Kara.Ridgell1@navy.mil, and Ms. Kristin Nelson, Kristin.Nelson@navy.mil, no later than 11:00 am EST on 25 March 2021.

Businesses should monitor Beta.SAM.gov for the latest information regarding this procurement.

Primary Point of Contact:

Contract Specialist

Kara Ridgell

Kara.Ridgell1@navy.mil

Secondary Point of Contact:

Contract Specialist

Kristin Nelson

Kristin.Nelson@navy.mil

Contracting Office Address:

Building 441

21983 Bundy Road Unit 7

Patuxent River, Maryland 20670

United States

Overview

Response Deadline
March 25, 2021, 11:00 a.m. EDT Past Due
Posted
March 10, 2021, 2:15 p.m. EST
Set Aside
None
Place of Performance
United States
Source

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
42%
On 3/10/21 NAWC Aircraft Division issued Sources Sought N0042121R0129 for F-5N/F Capability Upgrade Kit Procurement due 3/25/21. The opportunity was issued full & open with NAICS 336413 and PSC 1680.
Primary Contact
Name
Kara Marie Ridgell   Profile
Phone
None

Secondary Contact

Name
Kristin Nelson   Profile
Phone
None

Documents

Posted documents for Sources Sought N0042121R0129

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought N0042121R0129

Contract Awards

Prime contracts awarded through Sources Sought N0042121R0129

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0042121R0129

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0042121R0129

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
March 25, 2021
Last Updated By
kara.ridgell1@navy.mil
Archive Date
March 25, 2021