P-8A Portable Acoustic Sonobuoy Simulators (PASS) II Acoustic Test Sets
The Naval Air Systems Command (NAVAIR) intends to award a contract action to Ultra Electronics Flightline Systems, Inc., Victor, NY, on an other than full and open basis procuring Portable Acoustic So... The Naval Air Systems Command (NAVAIR) intends to award a contract action to Ultra Electronics Flightline Systems, Inc., Victor, NY, on an other than full and open basis procuring Portable Acoustic Sonobuoy Simulators (PASS) II acoustic test sets in support of P-8A Poseidon aircraft. Approximate quantities are 33 for the U.S. Navy, 3 for the Royal Australian Air Force (RAAF), and an option quantity of 3 for the United Kingdom (UK). Contract action award is planned to occur during the first quarter of Government Fiscal Year (FY) 2020 with the UK option to be exercised during third quarter FY-2020. Deliveries are required to begin not later than 12 months after contract award. The effort shall be procured pursuant to 10 U.S.C. 2304 (c)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements." Ultra Electronics Flightline Systems, Inc. is the only source with the requisite knowledge, experience, technical expertise, and technical data necessary to furnish the contemplated supplies in a timely manner. 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 the Response Date indicated in 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 Ultra Electronics Flightline Systems, Inc. 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 Ultra Electronics Flightline Systems, Inc.) must include either (1) a teaming agreement (or equivalent document) signed by Ultra Electronics Flightline Systems, Inc. indicating that Ultra Electronics Flightline Systems, Inc. agrees to partner with or be a subcontractor to the interested party for the contemplated procurement; or (2) a document signed by Ultra Electronics Flightline Systems, Inc. indicating that Ultra Electronics Flightline Systems, Inc. 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 the first quarter of Government Fiscal Year (FY) 2020. (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 the Response Date indicated in 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 Cassandra Orr at cassandra.orr@navy.mil and Scott Segesdy at scott.segesdy@navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Cassandra Orr and Scott Segesdy, will not be considered. This synopsis is for informational purposes only. This notice of intent is not a request for competitive proposals.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »