Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2023 SAM #8030
SOURCES SOUGHT

17 -- Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) Basic Ordering Agreement (BOA) N00019-21-G-0014 Continuing Market Research

Notice Date
11/20/2023 6:53:18 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-RFPREQ-PMA-251-0373_Rev1
 
Response Due
11/27/2023 12:30:00 PM
 
Archive Date
12/12/2023
 
Point of Contact
Margo B. O'Rear, Jacob Halowell
 
E-Mail Address
margo.b.orear.civ@us.navy.mil, jacob.a.halowell.civ@us.navy.mil
(margo.b.orear.civ@us.navy.mil, jacob.a.halowell.civ@us.navy.mil)
 
Description
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 awarded a sole source Basic Ordering Agreement (BOA) N0001921G0014 with General Atomics (GA) for the procurement of supplies and services in support of Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) systems of the Ford Class of Carriers on 24 June 2021 with an ordering period of five (5) years through 23 June 2026.� Specifically, orders placed under the BOA support the development, production, integration, reliability, and sustainment of all EMALS and AAG systems and subsystems on the USS GERALD R. FORD (CVN 78) and USS JOHN F. KENNEDY (CVN 79). The Government solicited and negotiated with only one source under the authority of 10 U.S.C. � 3204(a)(1) and FAR 6.302-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.""� In accordance with Federal Acquisition Regulation (FAR) 6.302-1(a)(2)(ii)(A), the Government has deemed the requirements for the continued development or production of a major system and continued provision of highly specialized services to be available only through the original source and award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition. Only GA possesses the unique and specialized engineering capability, resources, subject matter expertise, tooling, facilities, and manufacturing techniques critical to satisfy the Government�s minimum requirements. NAVAIR is issuing a sources sought for the purposes of conducting current and on-going market research throughout the ordering period. The results of this Sources Sought Notice will also be used to determine if any Small Business Set-Aside opportunities exist. In addition, this market research tool is being used to identify potential and eligible firms of all sizes. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. ELIGIBILITY The applicable NAICS code for this requirement is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a Small Business Size Standard of 1,250 employees.� The Product Service Codes (PSC) are 1710 - Aircraft Landing Equipment and 1720 - Aircraft Launching Equipment.� Other service codes may be applicable to individual orders. ��Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their responses. NAVAIR expects to receive from each respondent a full response with capability summary, which contains a detailed description that clearly demonstrates that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited.� All responses, including capability statements, shall be submitted no later than 3:30 PM EST, 27 November 2023. Responses shall be submitted electronically to the designated Contract Specialist, Jacob Halowell, in Microsoft Word format or Portable� Document Format (PDF) at the following email address:jacob.a.halowell.civ@us.navy.mil. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR15.207. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ca5221648f34b74918800963d4ee154/view)
 
Place of Performance
Address: San Diego, CA, USA
Country: USA
 
Record
SN06890834-F 20231122/231120230053 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.