The P-8A Poseidon began as a commercial Boeing 737-800 airframe, which was then significantly re-engineered with new systems (avionics, communications, weapons) to satisfy the Navy's military performance standards. To retain the necessary certifications for flying in civil airspace, the P-8A's Air Data Inertial Reference Unit (ADIRU) must be updated with the 2015 magnetic variation (MAGVAR) tables. This is required to maintain the aircraft's certified ability to operate in Instrument Meteorological Conditions (IMC) and use Required Navigation Performance (RNP) Area Navigation (RNAV) routes. The updated ADIRU must maintain its
existing compliance with FAA Technical Standard Orders (TSO) C4c, C5e, C6d, and C106, and the P-8 ADIRU must satisfy the requirements for DO-178B Design Assurance Level A.
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 2 calendar days after the posting date of 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 should be pertinent and specific in the technical/management/business area under consideration, on each of the following qualifications.
1. Small/Large Business Status: A company profile to include number of employees, annual revenue history, office location(s), DUNS Number, CAGE Code, and a statement regarding current small/large business status.
2. Execution: A description of the technical approach for meeting schedule and performance requirements of the contemplated procurement. If a small business, provide a description of the plan for ensuring that the small business performs at least 50% of the work itself in terms of cost of performance.
3. Experience: A description of previous (awarded within last 3 years) or current relevant contracts.
4. Personnel: Name, professional qualifications and specific experience of key personnel (e.g., program manager(s), project manager(s), technical lead(s), etc.
5. Facilities: Availability and description of facilities and equipment that will be utilized to meet requirements.
6. Security: A description of facility and personnel security regarding the handling and storage of classified information and hardware.
7. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance our consideration and evaluation of the Capability Statement.
Responses to this RFI are not to exceed 20 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 point Times New Roman. A two-sided page will be considered one page for the purpose of counting the 20-page limit. Responses may include multiple concepts. The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Work or PDF format with proper markings for unclassified and propriety information within 15 days of the publication date of this RFI. Classified material SHALL NOT be submitted. All submissions should include RFI Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contract who is able to discuss the material submitted. Point-of-contract information shall include name, position, phone number, and e-mail address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions shall 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 RFI 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 capability statement packages, but may request additional information following review. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
This capability statement package shall be sent by e-mail to Brianna Mancuso at brianna.l.mancuso.civ@us.navy.mil and Brittney Davis at brittney.f.davis.civ@us.navy.mil.