Search Contract Opportunities

P-8A BRU-75A and BRU-76A Bomb Rack Units   2

ID: N00019-23-RFPREQ-APM290-0791 • Type: Sources Sought

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.

The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), Maritime Patrol and Reconnaissance Aircraft Program Office (PMA-290) is seeking information from industry on the capability of designing, developing, and manufacturing the Bomb Rack Units (BRUs) as well as providing the requisite knowledge, technical data and engineering support to perform this effort for the P-8A platform. This Sources Sought is not, however, a request for inquiries concerning subcontracting opportunities.

L3Harris Technologies Inc., is the original designer, developer, and manufacturer of the P-8A BRU-75A and BRU-76A. NAVAIR plans to equip the P-8A Lot 13 aircraft with BRU-75A and BRU-76A. NAVAIR does not possess any technical data associated with the BRUs. NAVAIR plans to award a base year of approximately seventeen (17) BRU-75A and BRU-76A with two options for up to fifteen (15) per year. BRU-75A and BRU-76A are expected to be manufactured and delivered between Government Fiscal Years 2025 and 2027.

SUBMISSION DETAILS:

Interested parties may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before 15 calendar days after the posting date of this Notice will be considered by the Government. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the above request. A determination by the Government not to compete this 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 should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.

(1) Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status;

(2) Teaming/Licensing Agreement (or equivalent): L3Harris Technologies, Inc. is the only known entity with sufficient technical data to manufacture each BRU. As such, each interested party (other than L3Harris) must include a teaming agreement (or equivalent document) signed by L3Harris indicating that L3Harris agrees to partner with or be a subcontractor to the interested party for the contemplated procurement.

(3) Execution: A description of the Contractor's approach to develop, manufacture, and deliver P-8A BRU-75A and BRU76A and components (and/or associated software and firmware) to support P-8A aircraft deliveries inclusive of projected weight per assembly and projected timeframe. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance.

(4) Experience: A description of previous (awarded within last 5 years) or current relevant contracts.

(5) Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc.

6) Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements.

(7) Security: A description of facility and personnel security regarding the handling and storage of classified information and hardware.

(8) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement.

Interested parties are advised against submitting a Capability Statement 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. A two-sided page will be considered one page for the purpose of counting the 20-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 not later than 15 calendar days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions shall include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information shall 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 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 Notice that is marked proprietary will be handled accordingly. 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 information received from interested persons, but may request additional information following review. Note: If the interested party is a foreign concern or if a U.S. interested party 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 contract specialist and contracting officer listed on this Notice.

Overview

Response Deadline
Jan. 23, 2024, 8:00 a.m. EST Past Due
Posted
Jan. 8, 2024, 7:44 a.m. EST
Set Aside
None
Place of Performance
Amityville, NY United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
51%
On 1/8/24 Naval Air Systems Command issued Sources Sought N00019-23-RFPREQ-APM290-0791 for P-8A BRU-75A and BRU-76A Bomb Rack Units due 1/23/24. The opportunity was issued full & open with NAICS 336413 and PSC 1680.
Primary Contact
Name
Alyssa Burch   Profile
Phone
None

Secondary Contact

Name
Brittney F. Davis   Profile
Phone
None

Documents

Posted documents for Sources Sought N00019-23-RFPREQ-APM290-0791

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought N00019-23-RFPREQ-APM290-0791

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00019-23-RFPREQ-APM290-0791

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-23-RFPREQ-APM290-0791

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-23-RFPREQ-APM290-0791

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
Feb. 7, 2024
Last Updated By
alyssa.burch@navy.mil
Archive Date
Feb. 7, 2024