Inactive
Notice ID:N6893619R0033
*DETAILED DESCRIPTION (for detailed guidance, see last page of this document) (Remove all CUI from the description) Naval Air Warfare Center, Weapons Division (NAWCWD) intends to award a sole source c...
*DETAILED DESCRIPTION (for detailed guidance, see last page of this document) (Remove all CUI from the description) Naval Air Warfare Center, Weapons Division (NAWCWD) intends to award a sole source contract based on FAR 6.302-1, Only One Responsible Source. The intended source is The Boeing Company (Boeing) because they are the original and sole designer, developer and manufacturer of the Conformance Fuel Tank (CFT) software products used in the F/A-18 and EA-18G aircraft. Boeing is the prime F/A-18 and EA-18G aircraft manufacturer, and is the only qualified source to perform this effort to meet fleet needs. Additionally, Boeing is the sole repository of the engineering design and software development expertise for all tactical software and integration of the avionics to the aircraft weapon system. As the sole designer, developer, integrator, manufacturer, and supplier of all variants of F/A-18 and EA-18G aircraft, Boeing is the only source that has the unique combination of airframe and weapons system integration knowledge needed to perform the required mission support. Only Boeing can ensure compatibility between software and aircraft systems due to the ongoing changes, upgrades, and system enhancements that are being made to production aircraft. This sources sought synopsis is being issued to provide other potential offerors the opportunity to provide capability statements with respect to the requirement described below. The scope of this contract will include integration and development of CFT software products. The CFT software is required to support the integration of the CFT software into the CFT hardware that will be installed into the F/A-18 E/F Super Hornet Block III Upgrade. The CFT software and hardware acquisitions are covered under an ‘Advance Agreement Regarding the Recognition of Pre-Contract Costs Required for the F/A-18 E/F Super Hornet Conformal Fuel Tank Non-Recurring Efforts' dated 17 August 2017, and executed by the Naval Air Systems Command, AIR 2.2.3 and The Boeing Company. The CFT hardware is being procured separately under a contract issued by the Naval Air Systems Command, AIR 2.2.3 in support of PMA-265. The Contractor requirement includes CFT software development and analysis and documented results of software integration requirements discussed during the CFT Hardware System Requirements Review (SRR), the Hardware System Functional Review (SFR), and the Hardware Technical Interchange Meetings (TIMs). Performance of the work required under this prospective contract requires a Top Secret Clearance. This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N6893619R0033 and provide a capability statement that clearly indicates the firm's experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule no later than 13 August 2019 via email to the Contract Specialist, Chris Bachman at christoher.bachman@navy.mil and the Contracting Officer, Caitlan Johnson at caitlan.johnson@navy.mil via a Microsoft Word .doc or Acrobat Adobe .pdf file. The File shall not exceed 10 pages with a minimum font size of 12 point. The results of this Sources Sought will be utilized to identify if companies can meet the agency's requirements. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SYNOPSIS IS STRICTLY VOLUNTARY. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate