Inactive
Notice ID:N00019-18-RFPREQ-PMA-290-0844
P-8A Poseidon Systems and Software Engineering Platform Sustainment PSC: J070 - MAINT/REPAIR/BUILD OF EQUIPMENT- ADP EQUIPMENT/SOFTWARE/SUPPLIES/SUPPORT EQUIPMENT NAICS: 541512 - Computer Systems Desi...
P-8A Poseidon Systems and Software Engineering Platform Sustainment PSC: J070 - MAINT/REPAIR/BUILD OF EQUIPMENT- ADP EQUIPMENT/SOFTWARE/SUPPLIES/SUPPORT EQUIPMENT NAICS: 541512 - Computer Systems Design Services Solicitation Number: N00019-18-RFPREQ-PMA-290-0844 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 intends to procure P-8A Poseidon systems and software engineering sustainment effort. The planned period of performance is January 2021 through December 2024. The requirement entails primarily software support related to the P-8A Tactical Open Mission System (TOMS) software. This effort includes providing software maintenance, software support services, and modernizations and improvements to software and associated hardware capability. Services include analysis, design, implementation, software and associated hardware prototyping, integration, testing, prototype installation, software Fleet support, and sustainment of development and test laboratory capability. 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 J070; the NAICS is 541512. PROGRAM BACKGROUND The Boeing Company (Boeing) is the sole designer, developer, manufacturer, and integrator of the P-8A aircraft. The P-8A weapons system consists of a Boeing 737-800 ERX air vehicle modified to meet Navy requirements, to include systems and subsystems for avionics, communications, mission and weapon capabilities. The subject effort of this Notice is a follow-on to the previous P-8A Poseidon Systems and Software Engineering Platform Sustainment contract, for which Boeing has been the sole provider. ANTICIPATED PERIOD OF PERFORMANCE NAVAIR anticipates a period of performance of January 2021 to December 2024. ANTICIPATED CONTRACT TYPE NAVAIR intends to award a cost-reimbursement type contract. REQUIREMENTS The Contractor shall provide the qualified personnel, material, facilities, equipment, software, and other supplies to support the technical work, management, and processes required for system defect correction, modernization, enhancements and improvements, and obsolescence related upgrades. The Contractor shall perform fleet support, software corrections, system production changes, system/subsystem updates, retrofit, and research and development. Systems and components to be supported include all P-8A mission unique modifications to the base commercial 737 "green" aircraft. Also included are support systems such as development and test laboratories and capability, mission planning, and TacMobile related systems. Note that NAVAIR does not possess sufficient technical data, computer software, and computer software documentation that a Contractor would require in order for that Contractor to fulfill these planned requirements. 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) Business: 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 these planned requirements, each interested party (other than Boeing) must include either (1) 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; or (2) a document signed by Boeing indicating that Boeing agrees to offer a license to the interested party for the technical data, computer software, and computer software documentation. (3) Execution: A description of the technical approach for commencing the effort at the estimated award date of January 2021. (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 Kerstin Howard at kerstin.howard@navy.mil and Scott Segesdy at scott.segesdy@navy.mil.