Florida Bids > Bid Detail

Application-Specific Integrated Circuit (ASIC) Chip Redesign

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159331856904009
Posted Date: Dec 6, 2022
Due Date: Dec 21, 2022
Solicitation No: N00019-23-RFPREQ-TPM265-0196
Source: https://sam.gov/opp/7ec6ded40a...
Follow
Application-Specific Integrated Circuit (ASIC) Chip Redesign
Active
Contract Opportunity
Notice ID
N00019-23-RFPREQ-TPM265-0196
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-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 06, 2022 02:27 pm EST
  • Original Response Date: Dec 21, 2022 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Sole Source (FAR 19.8)
  • Product Service Code: 1510 - AIRCRAFT, FIXED WING
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Clearwater , FL 33762
    USA
Description

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 PREPARATION 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 Supplement PGI 206.302-1(d). The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to negotiate and award a sole source contract to General Electric Aviation Systems LLC (GEAS) to complete the redesign of the Application-Specific Integrated Circuit (ASIC) chip. The ASIC chip is a subcomponent associated with the CV-4257/AYK-22(V) Station Control Unit (SCU), PN 82371-01, and the Stores Management Processor (SMP), PN 82370-02, for the FA-18E/F and EA-18G aircraft. Once redesign of the ASIC chip is complete NAVAIR plans to procure 1,031 units of the redesigned Application-Specific Integrated Circuit (ASIC) daughter card and 456 Stores Control Units (SCUs). NAVAIR intends to pursue this acquisition on a 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.” The Government has deemed the requirements listed above, for the continued development or production of a major system, to be available only through the original source. Award to any other source would result in unacceptable delays in fulfilling the Navy’s requirement.



ELIGIBILITY



The Product Service Code (PSC) for this requirement is 1510, and the NAICS code is 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing).



REQUIRED CAPABILITIES



The contractor must conduct hardware change impact analysis for A2 and A4 CCAs and the SCU and SMP end item. Additionally the contractor must conduct design reviews, provide test systems support, pre-qualification, and qualification testing, and provide materials and produce the SCU and SMP units.



INCUMBENT



GEAS has previously fulfilled these requirements as a subcontractor, most recently under N0001918C1046.



SUBMISSION 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 and 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, the following: the type of work your company has performed in the past three (3) years in support of same/similar requirement(s), CAGE Code and DUNS 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.brady45.civ@us.navy.mil. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 21 December 2022. Questions or comments regarding this notice may be addressed to John Brady via email at john.a.brady45.civ@us.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 General Electric Aviation Systems facility in Clearwater, FL.



Primary Point of Contact:



John Brady



Contract Specialist



john.a.brady45.civ@us.navy.mil


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
  • Dec 06, 2022 02:27 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 >