California Bids > Bid Detail

Technical Failure Analysis of the P-8A Poseidon On-Board Inert Gas Generating System (OBIGGS) Turbo Compressor Motor Controller (TCMC)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159009358939274
Posted Date: Jan 10, 2023
Due Date: Jan 25, 2023
Solicitation No: N00019-23-RFPREQ-APM290-0295PS
Source: https://sam.gov/opp/c41b070bc8...
Follow
Technical Failure Analysis of the P-8A Poseidon On-Board Inert Gas Generating System (OBIGGS) Turbo Compressor Motor Controller (TCMC)
Active
Contract Opportunity
Notice ID
N00019-23-RFPREQ-APM290-0295PS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 10, 2023 10:40 am EST
  • Original Response Date: Jan 25, 2023 05:00 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:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    Torrance , CA
    USA
Description

The Naval Air Systems Command (NAVAIR), Patuxent River, MD intends to award a contract action to Honeywell International Inc. (Honeywell), Torrance, CA on an other than full and open competition basis, for the procurement of a technical failure analysis of the P-8A Poseidon On-Board Inert Gas Generating System (OBIGGS) Turbo Compressor Motor Controller (TCMC). Planned award date is July 2023 with the effort to be completed within 1 year after award.



The effort shall be procured pursuant to 10 U.S.C. 3204(a)(1) (formerly known as 10 U.S.C. 2304(c)(1)) and FAR 6.302-1, “Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements.” Honeywell is the only source with the requisite knowledge, experience, technical expertise, and technical data necessary to furnish the contemplated supplies and/or services in a timely manner.





BACKGROUND:



Honeywell is the Original Equipment Manufacturer (OEM) of environmental control and air management systems on the P-8A aircraft, to include the OBIGGS TCMC. Honeywell will perform a root cause analysis of OBIGGS failures and investigate potential design deficiencies of the OBIGGS TCMC. Honeywell is the only known source with the requisite knowledge, experience, technical data, and specialized equipment necessary to satisfy these requirements.





SUBMISSION DETAILS:



Interested persons may submit a Capability Statement identifying their interest and capability to respond to the requirement or submit proposals. Only Capability Statements received on or before the response date indicated in this Notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this Notice is solely within the discretion of the Government. Capability Statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability Statements submitted shall be pertinent and specific in the technical/ management/ business area under consideration, on each of the following qualifications:



1. Experience: Description of the Contractor’s experience with performing engineering investigations of DoD aircraft systems.



2. Execution: A description of the approach for fulfilling the contemplated requirements.



3. Honeywell Teaming or License Agreement: Due to the fact that Honeywell is the only entity with sufficient technical data that a Contractor would require in order for that Contractor to fulfill the requirements, each interested party must include either (1) a teaming agreement (or equivalent document) signed by Honeywell indicating agreement to partner with or be a subcontractor to the interested party for the contemplated procurement; or (2) a document signed by Honeywell indicating agreement to offer a license to the interested party for the technical data.



4. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager (s), technical leads(s), etc.)



5. Company profile: Include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/ large business status. Respondents to this notice must indicate whether they qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. If claiming small business status, provide an explanation of your company’s ability to perform at least 50% of the tasking herein described.



6. Any other specific and pertinent information that would enhance our consideration and evaluation of the information submitted.





Interested parties are advised against submitting a Capability Statement/Proposal that merely mimics information in this Notice, provides brochure-like information, or provides general information. Responses to this Notice are not to exceed 20 pages in length on 8.5 x 11 inch paper with one-inch margins and font no smaller than 10 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 no later than 15 calendar days after the posting date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Pre-solicitation Notice Reference Number, company name, company address, CAGE code, DUNS number, and a 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 information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.



Responses to this Notice shall be sent via e-mail to Scott Segesdy at scott.a.segesdy.civ@us.navy.mil and Samantha Goodyear at samantha.l.goodyear.civ@us.navy.mil. Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Scott Segesdy and Samantha Goodyear will not be considered.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 10, 2023 10:40 am ESTPresolicitation (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 >