INTRODUCTION
The Naval Air Systems Command (NAVAIR) at Patuxent River, MD intends to award a sole source FFP order under N00019-16-G-0001 Basic Ordering Agreement, with The Boeing Company (TBC). The contractor shall provide the integration of Multifunctional Information Distribution System, Joint Tactical Radio System (MIDS JTRS) with Concurrent Multi-Net (CMN-4), under Engineering Change Proposal ECP-MDC-F/A-18-06443C3, into F/A-18 Aircraft for Finland. This effort does not include the purchase of the actual hardware items. It is intended that this acquisition will be pursued on a sole source basis, under the statutory authority of Title 10, U.S.C. Section 2304(c) (1), as implemented by Federal Acquisition Regulation (FAR) 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements." Companies interested in subcontracting opportunities should contact John Dames at 314-234-2494 or email [email protected]. The requirements for F/A-18 C/D weapons systems and subsystems for the United States Navy and Foreign Military Sales (FMS) programs are currently being performed by The Boeing Company (TBC) of St. Louis, MO. The Boeing Company is the sole designer, developer, manufacturer, and integrator of the Finnish F/A-18C/D aircraft in its various configurations and is the only source with the knowledge, expertise, facilities, and qualified personnel to accomplish this task.
REQUIRED CAPABILITIES
Supplies and/or services to be procured under this order may include the following: program management, engineering, mechanical, and technical services in support of the Finnish Air Force (FiAF) Foreign Military Sales (FMS) F/A-18 Program.
INCUMBENT
This contract action will be an order under the Basic Ordering Agreement (BOA) previously awarded to The Boeing Company 6200 JS McDonnell Blvd. Saint Louis, MO 63134.
SUBMISSION DETAILS
Interested business 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, the following: Provide 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 mail to AIR-2.2.3 Contracts, Karen Johnston, Code 2.2.3.6.4, Building 2272, 47123 Buse Road, Suite 453, Patuxent River MD 20670 or by email to [email protected]. Submissions must be received at the office cited no later than 2:00 p.m. Eastern Standard Time on 14 April 2017. Questions or comments regarding this notice may be addressed to Karen Johnston via email at karen.johnston @navy.mil.