Skip to main content

An official website of the United States government

You have 2 new alerts

F/A-18 ECP Tech Pubs/IETMs/LSA IDIQ

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Dec 16, 2021 04:17 pm EST
  • Original Published Date: Jun 14, 2021 04:49 pm EDT
  • Updated Response Date: Dec 16, 2021 04:30 pm EST
  • Original Response Date: Jun 30, 2021 05:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Aug 29, 2021
  • Original Inactive Date: Jul 15, 2021
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Saint Louis , MO 63134
    USA

Description

Solicitation Number: N00019-21-RFPREQ-PMA-265-0557

Notice Type:

Sources Sought

Synopsis:

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.  IT DOES NOT CONSITUTE 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 PREPERATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNATRY.  It is a market research tool being used to determine potential and eligible small business firms capable of providing the supplies and/or 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.

INTRODUCTION

This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement 206.302-1(d).  The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to negotiate and award a sole source contract to the Boeing Company (TBC) to update F/A-18A-F and EA-18G Technical Publications, Interactive Electronic Technical Manuals (IETMs), and drawings and to provide Logistics Support Analysis (LSA)/Provisioning labor support. The contract action will be awarded to TBC, 6200 JS McDonnell Blvd., Saint Louis, MO 63134.  This acquisition is being pursued on sole source basis under the statutory authority of Title 10, U.S.C. Section 2304(c)(1), as implemented by Federal Acquisitions Regulation (FAR) 6.302-1, “Only one responsible sole source and no other supplies or services will satisfy agency requirements”.  Only TBC, as the sole designer, developer, weapons system integrator, and producer of the F/A-18 and EA-18G aircraft, and its subsystems, can produce the drawing updates, LSA/LPD updates, and technical manual updates, as it is likely that award to any other source would result in unacceptable delays in fulfilling the agency’s requirements.

ELIGIBILITY 

The Product Service Code (PSC) for this requirement is 1680, and the NAICS code is 336411 (Aircraft Manufacturing).

REQUIRED CAPABILITIES

The effort requires direct knowledge of the design and configuration of the F/A-18A-F and EA-18 Aircraft.  The work and supplies to be performed under this effort include creation and update of IETMs and drawings, as well as LSA/Provisioning labor support.

INCUMBENT

This contract action will be a follow-on to order N0001921G0006-N0001921F0881 under the BOA.

SUBMUSSION DETAILS

Interested businesses 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 provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. 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. 

The documentation must address, at a minimum, contain the following: the type of work your company has performed in the past 3 years in support of same/similar requirement(s), Cage Code and DUNN's number. Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, government point of contact and current telephone number, and a brief description of how the contract referenced relates to the required capabilities described herein. 

Describe the specific technical capabilities and experience which your company possesses which will ensure capability to perform requirements as outlined in the required capabilities described herein. 

The capability statement package shall be sent by email to john.a.brady@navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 30 June 2021. Questions or comments regarding this notice may be addressed to John Brady via email at john.a.brady@navy.mil. 

Contracting Office Address:  

Building 2272 
47123 Buse Road Unit IPT 
Patuxent River, Maryland 20670  
United States  

Place of Performance:  

Performance is anticipated to occur at the Boeing facility in St. Louis, MO. 

Primary Point of Contact:  

John Brady

Contract Specialist 

john.a.brady@navy.mil 

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