Inactive
Notice ID:22003-19
DISCLAIMER 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 GOVERNMEN...
DISCLAIMER 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 and eligible small business firms capable of providing the supplies and/or services 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 synopsis. INTRODUCTION This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d). The Naval Air Systems Command (NAVAIR) intends to award a sole source Firm Fixed Price contract to Kidde Aerospace and Defense (KAD - Cage Code 61423) of Wilson, North Carolina for the procurement of requirements in accordance with Engineering Change Proposal 6322, "DRY BAY FIRE SUPPRESSION SYSTEM (DBFSS) UPGRADE" to retrofit Fire Suppression Control Assemblies (FSCAs) for the F/A-18E/F and EA-18G aircraft. This contract action will be for the procurement of the retrofit kits and associated labor to upgrade the FSCA (P/A 473660-03) from its current -03 to the desired -04 configuration. with a one-year base with one-year option. Incorporating ECP-6322/AVC-5486 will permantly resolve this discrepancy via OEM Round Robin (RR) installation plan. The contractor will provide, six (6) upgraded P/N 4736660-03- to P/N 473660-04 Fire Suppression Control Assemblies (FSCAs) configurations on a monthly basis, and all associated labor, or seventy-two (72) ea. FSCAs on a yearly basis to decrease the likelihood of inadvertent system discharge in support of ECP 6322. KAD has the unique tooling, capability, resources and expertise required to perform the Government's requirements in an accurate and timely manner. This acquisition is being pursued on a sole source basis, under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. No solicitation will be available for this procurement. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. REQUIRED CAPABILITIES 1.Abilitly to perform duties outlined in the Statement of Work (SOW) INCUMBENT This contract action will be an order previously awarded to Kidde Aerospace & Defense. SUBMISSION DETAILS Interested business 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, Christopher Colyer, Code 2.2.3.3.8, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to Christopher.colyer@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 21 Dec 2018. Questions or comments regarding this notice may be addressed to Christopher Colyer via email at christopher.colyer@navy.mil. Contracting Office Address: Building 2272 47123 Buse Road Unit IPT Patuxent River, Maryland 20670 United States Place of Performance: Performance will occur at the Kidde Facility in Wilson, NC Primary Point of Contact: Christopher Colyer Contract Specialist Christopher.colyer@navy.mil