FBO Notice Date 11/06/19
BIDS Reference Number 243
Document Type: Sources Sought
Maintenance, Repair & Rebuilding Of Equipment

Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, 20670

J -- Station 1 and 7 Pylon Upgrade SOL N00421-25112-SS2002 DUE 112119Brittany H. Anderson, Contract Specialist NAWCAD , Phone 3017579712, Email brittany.hoffman@navy.mil - Theresa A Newton, Contracting Officer, Phone (301) 757-0859, Email theresa.newton@navy.mil SOURCES SOUGHT

INTRODUCTION: The purpose of this Request for Information (RFI) is to determine the availability and technical capability of small business to provide the required products/services. There is no solicitation available at this time. This is not an invitation to bid, request for quotation, or request for proposal. Any response to this RFI shall be treated as information and may be used by the Navy to develop an acquisition strategy, statement of work, statement of objectives, and/or associated specifications. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any costs incurred responding to this Notice. Based on a review of industry response, the Government will decide on the appropriate competition approach.

PROGRAM BACKGROUND: The Naval Air Warfare Center Aircraft Division (NAWCAD), and the Air Vehicle/Stores Compatibility (AVSC) sub-Division of the Manned and Unmanned Air Vehicle Evaluation Division (AIR-5.1.6), located at the Naval Air Station Patuxent River, MD. 20670 are conducting this sources sought actionfor the procurement of hardware that includes proprietary parts and the custom-machined parts that need to precisely fit with each other to upgrade kits for AV-8B Station 1 and 7 pylons. A copy of the DRAFT Statement of Work (SOW) is attached. This requirement shall be solicited under a Request for Proposal as a single contract award. The anticipated acquisition will be a Firm-Fixed Price (FFP) contract.

ELIGIBILITY: The North American Industry Classification System (NAICS) code is 336413 and the Product Service Code (PSC) is 1680.

SUBMITTAL INFORMATION: It is requested that interested businesses submit to the Contracting Office a brief capabilities statement demonstrating the ability to provide hardware/parts needed to complete the upgrade to the kits forthe AV-8B Station 1 and 7 pylons listed in the attached DRAFT SOW. This documentation must address, at a minimum, the following:

1.) Does your company have current capability to execute all of the requirements of the SOW?

2.) Does your company have previous support of the same or similar requirement?

3.) The Government does not plan to be party to any third-party agreement for access to Technical data. On SOW paragraph 3.1 require agreement and access to the Original Equipment Manufacturer (OEM) proprietary technical data. Does your company have an existing agreement with the OEM? And if so,does that agreement include the access required to perform the requirements of the SOW?

4.) Please provide any recommendations and observations that the Government team can consider tofulfill this requirement.

5.) Please provide current small/large business status and a company profile to include, but notlimited to, the number of employees, annual revenue history, office locations, CAGE Code, etc.

6.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14(2), the small business prime must perform work at least 50% of the cost of manufacturingthe supplies, not including the cost of materials.

SUBMITTAL DETAILS: Responses to this Notice shall not to exceed four(4) pages in length on 8.5 x 11inch paper with one inch margins and font no smaller than 12 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, within 15 calendar days of the publication date of this Notice. All submissions should includethis Sources Sought Notice Reference Number, company name, company address, anda 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 submissions must beclearly marked with the following caption: For Official Use Only, Releasable toGovernment Agencies for Evaluation Purposes Only. Responses that fail to complywith the above instructions or present ideas not pertinent to subject, may not be reviewed. Information submitted in response to this Notice is submitted at nocost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interestedpersons, but may request additional information following review.

The capability statement package shall be sent by email to AIR 2.5.1.12 Contract Specialist
Brittany.hoffman@navy.miland Contracting Officer theresa.newton@navy.mil. Submissions must be received no later than 12:00 p.m. Eastern time on 21 November 2019.

Questions or comments regarding this notice may be addressed to:

Primary Contact: Contract Specialist, Brittany.hoffman@navy.mil,

Secondary Contact(s): Contracting Officer, theresa.newton@navy.mil.

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.

CITE: https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-25112-SS2002/listing.html