New Jersey Bids > Bid Detail

Sources Sought for CVN 80 EMALS/AAG Continued Production

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
Opps ID: NBD00159240932377705
Posted Date: Aug 11, 2023
Due Date: Aug 18, 2023
Solicitation No: N0001914C0037_23-0208
Source: https://sam.gov/opp/944b0aa2f2...
Follow
Sources Sought for CVN 80 EMALS/AAG Continued Production
Active
Contract Opportunity
Notice ID
N0001914C0037_23-0208
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 11, 2023 02:30 pm EDT
  • Original Response Date: Aug 18, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1720 - AIRCRAFT LAUNCHING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Lakehurst , NJ 08733
    USA
Description

Naval Air Systems Command (NAVAIR) Aircraft Launch and Recovery Equipment (ALRE) Program Office (PMA-251) in Patuxent River, MD is seeking eligible business firms who are capable of the continued full-production of Electromagnetic Aircraft Launch System (EMALS) and Advanced Arresting Gear (AAG) systems for installation onboard USS ENTERPRISE (CVN 80). Supplies and services to be procured through the contract actions include the material and labor necessary to manufacture, produce, assemble, inspect, integrate, modify, update, support, test and complete installation checkout and certification of the EMALS and AAG delivered systems onboard the CVN 80 aircraft carrier. This effort also includes overall program management, schedule updates, the non-recurring engineering (NRE) for the arresting engines, installation and checkout spares, repairs, technical data, drawing changes and other associated requirements for shipset production, the development, manufacture and installation of forward-fit engineering change proposals, retrofit kits, and/or new complete items, associated NRE, integrated logistics support, validation and verification of technical directives and associated logistics impacts, prototype testing, test plans and reports, computer software, manufacturing acceptance tests and fielding support, hardware storage, and ship-riders provisions for operational support. This work is currently being conducted by General Atomics under production contract N0001914C0037.



The original delivery date for the CVN 80 EMALS and AAG systems was 30 March 2028; the revised delivery date is 30 September 2029 and the obligation work limiting date is 30 August 2030. Therefore, the period of performance for this effort, to include all options, will go through 30 August 2030.



The government will review industry responses to this Sources Sought for the continued full production of EAMLS and AAG systems for installation onboard CVN 80 in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or a sole source award to General Atomics, the designer, developer and manufacturer of EMALS and AAG, in accordance with FAR part 6.302-1 'Only One Responsible Source', and no other supplies or services will satisfy agency requirements. Currently, GA is the only source with the requisite knowledge, experience, and technical expertise to provide the required supplies and services. As a result, only GA has the technical data, unique engineering support experience and detailed knowledge of the EMALS and AAG systems to meet the Department of the Navy's requirements without unacceptable delays.



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, prior to determining the method of acquisition.



DISCLAIMER:



This Sources Sought Notice is issued for informational purposes only and is in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person’s costs incurred responding to this Notice. Any information submitted by respondents to this technical description is strictly voluntary.



SUBMISSION DETAILS:



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.



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 no later than 18 August 2023 at 1500 EST. Late responses submitted past the day and time aforementioned may not be considered. Classified material shall not be submitted. All submissions should include this Sources Sought 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. The Government will acknowledgement receipt of the response. 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 Margo O’Rear at margo.b.orear.civ@us.navy.mil.






Attachments/Links
No attachments or links have been added to this opportunity.
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
  • Aug 11, 2023 02:30 pm EDTSources 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 >