SOURCES SOUGHT
16 -- KC-130J Propulsion Systems Performance Based Logistics - Draft Performance Work Statement
- Notice Date
- 10/29/2014
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-15-R-0016
- Archive Date
- 12/16/2014
- Point of Contact
- Kathleen Getscher, Phone: 301-342-7591, Donna L Jackson, Phone: 301-757-2527
- E-Mail Address
-
kathleen.getscher@navy.mil, donna.jackson@navy.mil
(kathleen.getscher@navy.mil, donna.jackson@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement 1. GENERAL This announcement is a sources sought intended for information gathering purposes only, and is not a notice of solicitation issuance. This sources sought is being issued by the Naval Air Systems Command (NAVAIR). The Navy KC-130J Program Office is seeking information regarding the current capability of the commercial sector to provide the engineering and Integrated Logistics Support (ILS) P e r f o r m a n ce B a s ed L o g i s tics (PBL) e ff or t r e q u i r ed f o r the K C - 13 0 J ai r c r a f t pr o p u l s i o n s y s t e m s u tilized b y t h e U. S. M a r i n e C orp s ( US M C ), U. S. Na v y ( USN ), a n d N A V A I R m a n a g ed F or ei g n Milita r y Sa l es ( F M S) ca s e s. PBL support c o ns i s ts o f l o g i s ti c s, field s e r v ice, s o f t w a r e s u ppor t, t ec hn ical p u b licati o n s u ppor t, e n g i n ee r i n g s u ppor t, m od i f ica t i o ns, a n d De po t L e v el (D-Level) r e p air o f e n g i n e s, prop elle r s a n d c o m po n e n t s. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The Government will not reimburse interested parties for any presentations, marketing efforts, or data related to their response to this sources sought. This is not a request for proposal, and no contract will be awarded as a result of responses to this sources sought. 2. BACKGROUND The NAVAIR KC-130J program currently provides support for 47 USMC and 3 FMS aircraft, consisting of 250 Lockheed Martin Quick Engine Change Kits (QECK), 252 Rolls-Royce AE2100D3 power sections (engines), and 247 GE/Dowty R391 propellers. The program has procured material support spares packages consisting of various propulsion system components, as detailed in the attached draft Performance Work Statement (PWS). 3. INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified and Original Equipment Manufacturer (OEM) licensed aircraft maintenance centers that can provide comprehensive logistics support for the propulsion system identified above. Potential Contractors are requested to provide information on current products and services, relevant history, evidence of past performance, and capability of supporting in full the functions and services identified herein. Interested Contractors shall detail how they intend to meet the Government's complete requirements for support of the propulsion system described in paragraph 2 above and as defined in the attached draft PWS, either directly or through teaming arrangements. If interested parties believe that they can perform a significant portion, but not all, of the complete requirements described in paragraph 2, please outline that portion of the requirements that can be performed and include all of the relevant information described in paragraphs 3.1 and 3.2 below, with the information responding to paragraph 3.2 modified accordingly. For those requirements described in paragraph 2 that cannot be performed (either directly or through a proposed teaming arrangement), provide a recommendation of how the Government could meet them, through alternate sources, in concert with the requirements that can be performed. The Government will analyze any such information submitted to inform its acquisition strategy for this effort. Please submit two copies of your response in an executive summary format not to exceed 10 pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing type information. Include the following: 3.1 Corporate Information a. Company's name and address. b. Company's point of contact including email address and phone number. c. Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. d. General corporate information. 3.2 Specific Sources Sought Information Requested a. Proposed approach to meet the Government's complete requirements for support of the propulsion system described in paragraph 2 above and as defined in the attached draft PWS, either directly or through teaming arrangements. b. Potential teaming arrangements. c. Related past performance within the past five years. d. Experience executing whole engine (including QECK) and whole propeller repairs within the past five years. e. Experience in executing engine and propeller component repairs within the past five years. f. Appropriate OEM licensing agreement and appropriate FAA certification documentation for performing engine, propeller, QECK and component repairs. g. Access to applicable technical manuals and technical data rights for performing engine, propeller, QECK, and component repairs. h. Supply Chain Management (SCM) and analysis experience including system interfacing with Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS). i. Experience in providing Field Service Representatives (FSR) and technical data at customer sites within the past five years. j. Ability to provide or gain access to the source data. k. Legal authority (data rights) to provide Government access to technical manuals for both the engine and propeller. l. Ability to establish training curriculum for maintenance and operation of propulsion systems and presenting training in a field environment. m. Contractor's proposed incentives and performance metrics for meeting requirements herein. 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Ms. Kathleen Getscher at kathleen.getscher@navy.mil and Ms. Donna Jackson at donna.jackson@navy.mil. An industry day might be held at a future date, please watch the FEDBIZOPS website for further announcements. Email all information in response to this sources sought to Ms. Getscher and Ms. Jackson, or fax to their attention at 301-995-1285, or mail to Naval Air Systems Command, Building 442, Attention: Kathleen Getscher, AIR 2.3.5.2.13, 21936 Bundy Road Patuxent River, MD 20670. Responses are due by close of business 01 December 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-R-0016/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03560858-W 20141031/141030000811-c817c69d4dd71cda56002eee2531d596 (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 |