The RFP Database
New business relationships start here

INMARSAT P-8A


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
Sources Sought Notice

P-8A Poseidon INMARSAT Lots 9, 10 &11


 


INTRODUCTION: Naval Air Systems Command (NAVAIR), Maritime, Patrol, and Reconnaissance Aircraft (PMA-290), announces its intention to procure, on a sole source basis, to provide P-8A Poseidon INMARSAT components and associated installation kits from Honeywell/EMS Technologies Canada, LTD; 400 Maple Grove Road, Ottawa, ON K2V1B8. Sole source authority is provided under 10 USC 2304(c)(1) as implemented by FAR 6.302-1. The P-8A Program is an International Cooperative Program between the United States Department of Defense (DoD) and the Australian Department of Defense (ADoD), Royal Australian Air Force (RAAF). As such, aircraft and training devices have been procured in support of the ADoD's transition to the P-8A platform. The United States Navy (USN) and RAAF are in the process of replacing the Maritime and Reconnaissance P-3C "Orion" aircraft (P-3C) with the Multi-mission Maritime Aircraft P-8A "Poseidon" (P-8A). This procurement will provide support of P-8A aircraft for the USN, Partner Countries, and Foreign Military Sales Customers. The INMARSAT components are provided as Government Furnished Equipment (GFE) to the P-8A's Prime Contractor, The Boeing Company (Boeing). INMARSAT components required for this effort are provided in the table below:


 


CHART 1


 





INMARSAT COMPONENTS



PART #



QTY Per/ AC



Estimated

Contract Minimum



Estimated

Contract Maximum





HSD-440 w/ SSB INMARSAT Terminal



1252-A-3420-7



12



12



57





Preinstalled software



P/N LI-1252-33450 (Rev A00)


 
 
 



AMT-50-HGA Assembly



0476-A-00377



10



10



54





Antenna Control Unit Assembly



0811-A-0001 Rev J (or higher)



10



10



54





Diplexer/Low Noise Amplifier (Type F) Assembly



1242-A-0006



10



10



54





INMARSAT Fan Tray



1252-F-3414



10



10



54





Total Contract QTYs


 

52



52


 




 


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.


 


 


Description of Supplies: The acquisition will include the potential maximum order of quantities in chart 1, above.  Current known Fleet requirements are as follows and may be subject to change:

CHART 2

 





INMARSAT COMPONENTS



PART #



QTY Per/ AC



Current Need



Delivery Start Date





HSD-440 w/ SSB INMARSAT Terminal



1252-A-3420-7



12



57



3-JUL-19





Preinstalled software



P/N LI-1252-33450 (Rev A00)


 
 

3-JUL-19





AMT-50-HGA Assembly



0476-A-00377



10



54



3-JUL-19





Antenna Control Unit Assembly



0811-A-0001 Rev J (or higher)



10



54



3-JUL-19





Diplexer/Low Noise Amplifier (Type F) Assembly



1242-A-0006



10



54



3-JUL-19





INMARSAT Fan Tray



1252-F-3414



10



54



14-MAR-19





Total Contract QTYs



 



52



273


 




 


 


ELIGIBILITY


The applicable NAICS code for this requirement is 334220 (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing). The Federal Supply Code is 5985.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government's intent to contract on a sole source basis with Honeywell/EMS Technologies Canada, LTD.  Interested sources shall submit their written technical capabilities to provide the products described above.  Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government.  All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address.  Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Word 2010.


This documentation must address at a minimum the following items:


1.) Specifically describe how your company will meet the requirement and delivery date while also complying with FAR 52,215-23, Limitations on Pass-Through Charges.


2.) Provide a statement including current small/large business status and company profile to include number of employees, office locations, CAGE code, and DUNS number.


3.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.

Detailed written capabilities shall be electronically submitted to the Contract Specialist, Daniel Leary, at daniel.f.leary@navy.mil, no later than 3:00pm, Eastern Daylight Time (EDT), on 31 OCT 2017.  All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.  Verbal submissions via phone will not be honored.  Information and materials submitted in response to this request WILL NOT be returned.  Classified material SHALL NOT be submitted.  All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


Daniel F. Leary, Phone 7323234120, Email daniel.f.leary@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP