Washington Bids > Bid Detail

P-8A Platform Product Support for the U.S. Navy, Royal Australian Air Force , and FMS Countries

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159839303580632
Posted Date: Jan 19, 2023
Due Date: Feb 3, 2023
Solicitation No: N00019-23-RFPREQ-APM-290-0276PS
Source: https://sam.gov/opp/d9d793af7d...
Follow
P-8A Platform Product Support for the U.S. Navy, Royal Australian Air Force , and FMS Countries
Active
Contract Opportunity
Notice ID
N00019-23-RFPREQ-APM-290-0276PS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 19, 2023 01:46 pm EST
  • Original Response Date: Feb 03, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Seattle , WA 98108
    USA
Description

DESCRIPTION





The Naval Air Systems Command (NAVAIR) intends to issue a solicitation, negotiate and award a contract action, on an other than full and open basis under FAR 6.302-1, to The Boeing Company (Boeing) located in Seattle, WA for the procurement of: (1) P-8A platform logistics management support, (2) P-8A platform product support analysis and integration support, (3) P-8A platform maintenance planning support, (4) P-8A platform product support technical data, (5) maintenance and management of squadrons’ P-8A Peculiar Support Equipment , (6) P-8A platform product improvement engineering services; and (7) product support planning for transitioning the P-8A platform from production to sustainment. The aforementioned services are planned to support the U.S. Navy, Royal Australian Air Force, and various FMS countries. The contract action is planned to be awarded in the fourth quarter of Government Fiscal Year 2023.





DISCLAIMER





This Notice is issued in accordance with FAR 5.204. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person’s costs incurred responding to this Notice.





BACKGROUND





The P-8A consists of the basic commercial 737-800 ERX air vehicle, modified to meet Navy requirements, and numerous systems and subsystems, including simulators, avionics, communications, mission, and weapon system requirements. The P-8A system development started with a Boeing 737-800 basic design that underwent a significant structural and system modification/re-design in order to meet the Navy’s Maritime Patrol and Reconnaissance Aircraft (MPRA) mission and performance requirements. While the P-8A aircraft is unique in its design and performance characteristics, the 737-800 design that exists within is based on proprietary or limited rights technical data for which no rights are granted to the Government. Furthermore, Boeing, as the P-8A developer and system integrator, is the only source with the necessary (and unique) technical resources, personnel and modeling facilities (some of which are based on proprietary or limited rights 737-800 baseline systems) to fulfill Government requirements.







SUBMISSION DETAILS





Any interested party (respondent) may submit a Capability Statement within the required response time to demonstrate respondent’s ability to fulfill the Government’s requirements. Only Capability Statements received not later than the Response Date indicated in this Notice will be considered by the Government. A determination by the Government not to compete the 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 shall be pertinent and specific in the technical/ management/ business area under consideration, on each of the following qualifications.






  1. Experience: Description of the Contractor’s experience with providing the services mentioned in the above DESCRIPTION section in support of the U.S. military and the military forces of foreign countries.

  2. Execution: A description of the approach for fulfilling each of the requirements in the above DESCRIPTION section.

  3. Boeing Teaming or License Agreement: Due to the fact that Boeing is the only entity with sufficient technical data, computer software, and computer software documentation that a Contractor would require in order for that Contractor to fulfill the requirements, each interested party must include either (1) a teaming agreement (or equivalent document) signed by Boeing indicating agreement to partner with or be a subcontractor to the interested party for the contemplated procurement; or (2) a document signed by Boeing indicating agreement to offer a license to the interested party for the technical data, computer software, and computer software documentation.

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

  5. Security: Statement regarding capability to obtain the required industrial security clearances for personnel.

  6. Company profile: Include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/ large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company’s ability to perform at least 50% of the tasking herein described.

  7. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted.





Interested parties are advised against submitting any Capability Statement/ Proposal 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 email in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information. Classified material SHALL NOT be submitted. All submissions should include this Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact information should include name, position, phone number, and email address. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.





Data Markings: In order to complete its review, NAVAIR must be able to share a respondent’s information within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014).





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 the 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 Scott Segesdy at scott.a.segesdy.civ@us.navy.mil and Victor Onwuka at victor.o.onwuka.civ@us.navy.mil.



Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Scott Segesdy and Victor Onwuka, will not be considered.




Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 19, 2023 01:46 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >