Search Contract Opportunities

FA-18 FMS DISCRETIONARY ISS   2

ID: ISS_FMS_CY19 • Type: Sources Sought
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

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. It is a market research tool being used to determine potential businesses capable of providing the supplies and/or services described herein prior to determining the method of acquisition and issuance of a Request for Proposal.

INTRODUCTION
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends procure In-Service Support (ISS) for F/A-18 Foreign Military Sales (FMS) programs. The ISS services are required to support all F/A-18 FMS A-D systems, sub-systems and support equipment purchased from Boeing, the Original Equipment Manufacturer (OEM), and/or its subcontractor(s) via FMS cases for Australia, Canada, Finland, Kuwait, Malaysia, Spain and Switzerland.

REQUIRED CAPABILITIES
Services and/or supplies to be procured under this contract may include the following: (a) Program management, (b) Logistics, (c) Engineering support, (d) Training classes, (e) Training material, (f) Incidental materials for use in efforts of a non-recurring nature, including engineering investigations, lab studies, lab upgrades required for additional test capabilities, and pre-production hardware required for design and/or development projects and engineering changes, and (g) Technical data, including technical manuals, change pages, source data (as required) in support of the F/A-18 A-D aircraft for Australia, Canada, Finland, Kuwait, Malaysia, Spain and Switzerland.

SUBMISSION DETAILS
Interested businesses shall submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number and email address.
The documentation must address, at a minimum, the following: Provide the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein.
Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein.
The capability statement package shall be sent by mail to AIR-2.2.3 Contracts, Vicki Mathis, Code 2.2.3.6.2, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to vicki.mathis@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 2 February 2018. Questions or comments regarding this notice may be addressed to Vicki Mathis via email at vicki.mathis@navy.mil.

Overview

Response Deadline
Feb. 2, 2018, 4:00 p.m. EST Past Due
Posted
Jan. 18, 2018, 3:37 p.m. EST
Set Aside
None
Place of Performance
Naval Air Warfare Center Aircraft Division Pax River USA
Source
SAM

Current SBA Size Standard
$25.5 Million
Pricing
Likely Cost Plus
Est. Level of Competition
Low
Odds of Award
42%
On 1/18/18 NAWC Aircraft Division issued Sources Sought ISS_FMS_CY19 for FA-18 FMS DISCRETIONARY ISS due 2/2/18. The opportunity was issued full & open with NAICS 541330 and PSC R.
Primary Contact
Title
Contract Specialist
Name
Vicki Mathis   Profile
Phone
(301) 757-8302

Documents

Posted documents for Sources Sought ISS_FMS_CY19

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought ISS_FMS_CY19

Award Notifications

Agency published notification of awards for Sources Sought ISS_FMS_CY19

Contract Awards

Prime contracts awarded through Sources Sought ISS_FMS_CY19

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought ISS_FMS_CY19

Similar Active Opportunities

Open contract opportunities similar to Sources Sought ISS_FMS_CY19

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
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019