Skip to main content

An official website of the United States government

You have 2 new alerts

P-8A Outer Mold Line (OML) Aircraft Modal Response Test and Analysis

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: Presolicitation (Updated)
  • Updated Published Date: Jul 26, 2022 07:18 am EDT
  • Original Published Date: Jul 25, 2022 03:44 pm EDT
  • Updated Response Date: Aug 09, 2022 11:59 pm EDT
  • Original Response Date: Aug 09, 2022 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: K016 - MODIFICATION OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

The Naval Air Systems Command (NAVAIR) intends to issue a contract action to The Boeing Company (Boeing), 7755 E Marginal Way S., Seattle, WA 98108-4002, on an other than full and open basis for the engineering assessment for airworthiness integration of an Outer Mold Line (OML) change to include ground test evaluation of the P-8A aircraft modal response. Tasks for this effort include infrastructure assessments of the OML change and associated impacts to the airframe structure, flying qualities, loads, as well as ground testing of the aircraft dynamic responses that provide safe for flight artifacts and analyze data in order to provide initial flight clearance for the OML installation and flight testing. The already developed OML needs to be available to be integrated and prepared to conduct ground testing in late 2022/early 2023 timeframe.

The contract action award is planned to occur in 1st Quarter FY23.  The planned period of performance is 6 months.  The efforts shall be procured pursuant to 10 U.S.C. 3204(a)(1) and FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements."  Boeing is the sole designer, developer and manufacturer of the OML change and therefore, only Boeing can meet the agency’s need in the required timeframe.

Any interested party (respondent) may submit a Capability Statement within the required response time to demonstrate respondent’s ability to fulfill the Government’s requirements.  Only Capability Statements received not later than the Response Date indicated in this Notice will be considered by the Government.  A determination by the Government not to compete the 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 OML change as designed and integrated onto the P-8A Poseidon.

2.         Execution:  A description of the approach [technical and schedule] for fulfilling each of the requirements described above, to include identification of, and means to obtain access to, all required P-8A technical data (i.e., 737 aerodynamics and structural finite element analysis) necessary to accomplish the effort.

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

4.         Security:  Statement regarding capability to obtain the required industrial security clearances for personnel.

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 any 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 10 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.  Classified material SHALL NOT be submitted.  All submissions should include this Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact information should include name, position, phone number, and email address.  All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.

Data Markings:  In order to complete its review, NAVAIR must be able to share a respondent’s information within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014).  Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.  All submissions must include a statement which clearly allows for the information to be disclosed within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014).

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 the 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 Ronald Hickman at ronald.a.hickman.civ@us.navy.mil and Maria Bowles, Contract Specialist, maria.a.bowles.civ@us.navy.mil.

This notice of intent is not a request for competitive proposals. Companies interested in subcontracting opportunities should contact Boeing directly via Ms. Paige Bisset at (425) 965-8077 and paige.v.bisset@boeing.com.

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