Maryland Bids > Bid Detail

F-5N/F Wheel Braking Skid Control System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159770081178386
Posted Date: Nov 8, 2022
Due Date: Nov 23, 2022
Solicitation No: N00421-22-RFPREQ-CPM226-0251
Source: https://sam.gov/opp/dbf6dfa573...
Follow
F-5N/F Wheel Braking Skid Control System
Active
Contract Opportunity
Notice ID
N00421-22-RFPREQ-CPM226-0251
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 08, 2022 03:55 pm EST
  • Original Response Date: Nov 23, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

Procurement of F-5N/F Northrop Grumman Corporation (NGC) Wheel Braking Skid Control System Component(s)



Classification




  • Original Set Aside:

  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS

  • NAICS Code: 336413 – Other Aircraft Parts and Auxiliary Equipment Manufacturing

  • Place of Performance: Patuxent River, MD 20670 USA



Description



1. Introduction



The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office PMA-226, Adversary Integrated Product Team (IPT) is issuing this sources sought for the procurement of Northrop Grumman Corporation (NGC) F-5N/F Wheel Braking Skid Control System, seventeen (17) Control Box(es) part number (P/N) 14-40904-11 / 6002064-1 and ten (10) Control Valve(s) (P/N) 14-40904-3 / 6002067 to ensure maintainability and supportability throughout the remaining lifecycle of the F-5N/F aircraft in the Naval inventory. The types and quantities of components required are forecasted based on NAVAIR calculated Failure Mode, Effects, and Critically Analysis (FMECA) data and historical usage data of the F-5N/F Wheel Braking Skid Control System resulting in identification of two (2) primary system degraders impacting mission capability. While the Navy has possession of the NGC Product Function Specification for the F-5 Wheel Braking Skid Control System, the information contained within does not provide the required detail or build-to-print drawings and schematics of the above referenced part numbers that are required in order to manufacture. At this time, the Government does not own the data needed to competitively contract these items and believes that NGC is the only known source that possesses the requisite knowledge and technical data for the manufacture and delivery of these exact part numbered, or succeeding in series number, components currently part of the existing approved aircraft configuration. The anticipated delivery of these items is twenty-four (24) months from the date of receipt of award. This announcement will be used to determine if sources are capable of satisfying the agency’s requirements or if, according to Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.





This notice is not a request for proposals; however, any firm believing they can fulfill the requirement may submit a capability statement. Information received will be considered solely for determining capability to meet this requirement. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government.





2. Statement of Interest and Capabilities Package:



Interested parties may identify their interest and capabilities in response to this sources sought. Submission requirements detailed below:



(1) The information in Section 1 above is for respondents to use in the development of their capabilities statement package. Due to the significant amount of proprietary data associated with the requirements, respondents shall address how their capabilities or specific approach to meet the requirements will overcome the Government’s rights to use limitations in providing technical data or computer software. If your company has any questions about the information in Section 1, or areas that may need further definition, please identify those in the response.



(2) All data received in response to this sources sought, marked or designated as corporate or proprietary, will be protected from release outside the Government. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted.



(3) Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 pitch) demonstrating their capability to manufacture and provide the Control box(es) and Control valve(s). Documentation should be in bullet format. All responses must be sufficient to permit agency analysis to determine capability to meet timeline of this requirement.



(4) This documentation must address at a minimum the following items:



a. Company Name, Address and Points of Contact including name, telephone number, fax number, and email address.



b. Company Business Size, CAGE code, DUNS Number, Unique Entity ID and mailing address.



c. Corporate Experience: Prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the requirements described herein.



d. Company Profile: Office location(s), annual revenue history, include number of employees, statement indicating business size and, if company is small, small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), or 8 (a) business. This requirement is being procured under the Product Service Code (PSC) 1680. The applicable North American Industry Classification System (NAICS) code is 336413 with a business size standard of 1,250 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



(5) Capabilities: This information will be used to determine if sources are capable of satisfying the agency’s requirements without an unacceptable delay in support of Fleet aircraft. Include related assumptions, issues, and risks associated.



This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this sources sought are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this sources sought. All information released in this announcement is considered a DRAFT and for informational purposes only.





Responses:



Interested businesses shall submit responses electronically via Microsoft Word or Portable Document Format (PDF) to Ms. Sheryl M. Pope, sheryl.m.pope.civ@us.navy.mil



no later than 11:00 am EST on 23 November 2022.



Businesses should monitor SAM.gov for the latest information regarding this procurement.



Primary Point of Contact:



Contract Specialist



Sheryl M. Pope



sheryl.m.pope.civ@us.navy.mil



Secondary Point of Contact:



Contracting Officer



catrina.m.vitez.civ@us.navy.mil



Contracting Office Address:



Building 441



21983 Bundy Road Unit 7



Patuxent River, Maryland 20670



United States


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 08, 2022 03:55 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >