Search Contract Opportunities

P-8A Mission Crew Work Stations   3

ID: N00019-18-RFPREQ-PMA-290-0090 • 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

The responses to this Sources Sought (Notice) will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.

DISCLAIMER
THIS NOTICE 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 NOTICE. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY.

INTRODUCTION

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure P-8A Mission Crew Workstations (MCWs).

THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this Notice.

ELIGIBILITY

The PSC for this requirement is 5998; the NAICS is 541512 with a small business size standard of $27.5M. All interested businesses are encouraged to respond.

PROGRAM BACKGROUND
The Boeing Company (Boeing) is the original designer, developer, and manufacturer of the P-8A Poseidon aircraft. Later versions of the P-8A have 6 MCWs. Earlier versions have 5. NAVAIR plans to retrofit a 6th MCW to each of those earlier version aircraft, with a planned total of approximately 58 MCWs. The quantities by aircraft type are as follows: (1) 51 U.S. Navy production aircraft; (2) 3 U.S. Navy flight test aircraft; and (3) 4 Royal Australian Air Force aircraft. The MCW is a Boeing part. NAVAIR does not possess any technical data associated with the MCW.

ANTICIPATED PERIOD OF PERFORMANCE

NAVAIR plans on awarding a 5-year contract that entails a base period and 4 option periods. The base period planned award date is planned to occur during either the third or fourth quarter of Government Fiscal Year (FY) 2018. Each option period is scheduled to be executed during the first quarter of that option period (e.g., 1st quarter FY19) with the final option period planned to be exercised during the first quarter of FY22. Each period's MCWs are expected to be manufactured and delivered not later than 27 months after that period's execution.
ANTICIPATED CONTRACT TYPE

The contract type is anticipated to be fixed price.

REQUIREMENTS
The resulting contractor shall manufacture and deliver approximately 58 P-8A MCWs. The following are the planned quantities per base and each option period.

Period MCW Quantity*
Base Period (FY18) 5
Option Period 1 (FY19) 18
Option Period 2 (FY20) 19
Option Period 3 (FY21) 8
Option Period 4 (FY22) 8
TOTAL 58
* Quantities are subject to change but are representative of NAVAIR's planned quantities at the time of this Notice's posting.

Each period's MCWs shall be manufactured and delivered not later than 27 months after that period's execution.

In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work itself in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14.

SUBMISSION DETAILS:
Interested persons 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. 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 Agreement (or equivalent): Due to the fact that Boeing is the only entity with sufficient technical data to manufacture each MCW, each interested party (other than Boeing) must include a teaming agreement (or equivalent document) signed by Boeing indicating that Boeing agrees to partner with or be a subcontractor to the interested party for the contemplated procurement.
(3) Execution: A description of the technical approach for meeting schedule and performance requirements of the contemplated procurement. 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 3 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. 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 should 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 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 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 person is a foreign concern or if a U.S. interested person 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 Erin Conden at erin.conden@navy.mil and Scott Segesdy at scott.segesdy@navy.mil.

Overview

Response Deadline
March 23, 2017, 12:59 a.m. EDT Past Due
Posted
March 7, 2017, 9:31 p.m. EST
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
$34 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
51%
On 3/7/17 Naval Air Systems Command issued Sources Sought N00019-18-RFPREQ-PMA-290-0090 for P-8A Mission Crew Work Stations due 3/23/17. The opportunity was issued full & open with NAICS 541512 and PSC 59.
Primary Contact
Title
None
Name
Scott Segesdy   Profile
Phone
(301) 757-5264
Fax
(301) 757-5284

Secondary Contact

Title
Contract Specialist
Name
Julia R Brink   Profile
Phone
(301) 997-3654
Fax
(301) 995-0882

Documents

Posted documents for Sources Sought N00019-18-RFPREQ-PMA-290-0090

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N00019-18-RFPREQ-PMA-290-0090

Award Notifications

Agency published notification of awards for Sources Sought N00019-18-RFPREQ-PMA-290-0090

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-18-RFPREQ-PMA-290-0090

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-18-RFPREQ-PMA-290-0090

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
April 6, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 6, 2017