Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2014 FBO #4439
SOURCES SOUGHT

16 -- LTC for Fuel Systems - Package #1

Notice Date
1/17/2014
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, NAVSUP Weapon Systems Support Philadelphia PA, 700 Robbins Ave., Code 025, Philadelphia, Pennsylvania, 19111-5098, United States
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA1-14-R-001V
 
Archive Date
6/30/2014
 
Point of Contact
John M McCarry, Phone: 2156972803
 
E-Mail Address
john.mccarry@dla.mil
(john.mccarry@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
List of all Part Numbers for this effort This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Department of Defense for these primary and secondary auxiliary fuel systems used on a variety of aircraft. This is not a request for proposals, quotes or an invitation for bid. The Defense Logistics Agency (DLA) seeks information that will be used to determine if responsible sources exist to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA Aviation at Philadelphia will be the contracting activity representing a joint initiative for all of DoD. This contract will support various aircraft programs including but not limited to H-47, CH-53, AH-64, CH-47, MH-47, MH-60, MV-22, CV-22, UH-60. The items included in this initiative are currently procured under various contracts with the DLA, US Navy and US Army. The contract will also include necessary support of Foreign Military Sales (FMS) customers. The contract is planned as an Indefinite Delivery Type Contract for the following: Extended Fuel Range Systems, Tactical Bulk Fuel Delivery Systems, Reduced Size Extended Range Fuel Systems, Combo-Pak, Reduced-Size Crashworthy External Fuel System, Crashworthy External Fuel Systems, Internal Auxiliary Fuel Tank Systems, Mission Auxiliary Tank Systems, Conformal Auxiliary Fuel Systems and various component parts. The anticipated Contract will be strategic in nature and will be the primary vehicle for procurement of a wide range of supplies. Performance will include a one year base period with four one year options to extend the contract for a total performance period of five years. Robertson Fuel Systems is the current sole source manufacturer and original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. Robertson owns the limited data rights to these items. The Government does not have the drawings or complete data packages. However, some limited demand data is available upon request. A full list of NIINs and the respective FSCs is attached. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Entities seeking to become an approved source of supply for any of the items covered by this notice should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs. Please provide the following business information in your response: Company Name, Address, CAGE Code, Point of Contact, Phone, Email and web page URL if available. Also please describe what small business type or category you represent. Any responses to this PSS should include responses to the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the materials submitted. b) A description of your company's past experience and performance of similar contracts for aircraft primary and auxiliary fuel systems and component, including whether any of the contracts have CPARs ratings. Specify whether you are qualified to manufacture any of the components listed in this announcement or similar systems/components. Then if so, by whom are you qualified and for what system/component? This description shall address and demonstrate, through prior and/or current experience, an understanding of Aircraft system/component procurement. c) What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? d) Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. e) A summary of your company's capability and approach to meet the system/component requirements identified in the attachment to this announcement. f) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product or capabilities to ensure compatibility with the existing systems. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract. The responder is solely responsible for the information it submits and any associated costs. The Government reserves the right to disregard any submittal that is incomplete or that is vague. Please do not submit your company brochures. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS PSS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This PSS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this PSS that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the PSS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this PSS. Responders are solely responsible for all expenses associated with responding to this PSS. Interested sources should contact DLA Aviation by January 31, 2014 for further information. Inquiries should be directed to the Contracting Officers, John McCarry, DLA Aviation - APAP.02, or Elizabeth D'Imperio, Code APAD.01, 700 Robbins Ave., Philadelphia, PA 19111. Email: john.mccarry@dla.mil, elizabeth.d'imperio@dla.mil Contracting Office Address: DLA Aviation Philadelphia 700 Robbins Avenue, Philadelphia, PA 19111 Point of Contact(s): John McCarry, Contract Officer Code APAP.02 215-697-2803 Elizabeth D'Imperio, Contracting Officer Code APAD.01 215-697-6530
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/SPRPA1-14-R-001V/listing.html)
 
Record
SN03270154-W 20140119/140117234023-c4d9e55b6dacad9709a4010f4a961471 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.