The RFP Database
New business relationships start here

Wiring Removal From Fleet Aircraft


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

 
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.

INTRODUCTION

The Naval Air Systems Command (NAVAIR) at Patuxent River, MD announces its intention to procure ECP 6444for fleet aircraft.

THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the 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.  Each order will be synopsized on the FedBizOps website as applicable in FAR 5.201(b).  

ELIGIBILITY

The PSC for this requirement is 1510; the NAICS is 336413 with a size standard of 1500 employees.  All interested businesses are encouraged to respond.

ANTICIPATED PERIOD OF PERFORMANCE

The anticipated period of performance is two and half year. The anticipated start date is 1 November 2017.

ANTICIPATED CONTRACT TYPE

The contract type is anticipated to be Firm-Fixed Price (FFP).

 

 

PROGRAM BACKGROUND

Wiring is being removed from and provisions added to fleet aircraft to save weight that will be used for future aircraft systems and sensors.

REQUIRED CAPABILITIES

Requirements include familiarity with the design, configuration and integration of EA-18G aircraft.  Manufacturing knowledge, experience, and technical data are required to fulfill this procurement within the time required. The Government did not procure the technical data for the EA-18G aircraft, so any interested business would have to negotiate for access to and use of that data from the original supplier, The Boeing Company, in order to fulfill the potential requirement in the time required. The effort this procurement will satisfy the Government's minimum need.

 INCUMBENT

This is a follow-on requirement. The incumbent contractor is: The Boeing Company, 6200 JS MCDONNELL BLVD SAINT LOUIS MO 63134-1939.

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 perform the supplies or services listed in the attached required capabilities described herein; Documentation should be in bullet format. The capability statement package shall be sent by mail to AIR 2.2.3.5 Contracts, LCDR Matthew M. Berkau, 2.2.3.5.7, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, Maryland 20670 or by facsimile to (301) 995-0705 or by email to matthew.m.berkau@navy.mil. ; Submissions must be received at the office cited no later than 3:00 p.m. Eastern Standard Time on 3 July 2017.  Questions or comments regarding this notice may be addressed to LCDR Matthew M. Berkau at matthew.m.berkau@navy.mil. 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. 


Matthew M. Berkau, Phone 3017577042, Email matthew.m.berkau@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP