SOURCES SOUGHT
15 -- Services Contract for the Repair & Modification of Containers to Store & Ship Composite Main Rotor Blades (CMRB)
- Notice Date
- 5/29/2015
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-15-R-0317
- Response Due
- 6/15/2015
- Archive Date
- 7/28/2015
- Point of Contact
- Jessica Horst, 256-842-4938
- E-Mail Address
-
ACC-RSA - (Aviation)
(jessica.r.horst3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army Contracting Command - Redstone Arsenal (ACC-RSA), Alabama on behalf of the Sustainment Apache Airframe Division Office for the Aircraft Managed by the Apache Attack Helicopter (AHH) Project Manager`s Office (PMO) submits the following Request for Information (RFI) for advertisement for the full rate production (FRP) of the AH-64E Apache Block III aircraft in support of United States Government (USG). This notice is issued to obtain interested parties qualified and interested in providing alternative sources that can provide solutions for the repair and modification of up to quantity 150 each Metal Blade Containers to CMRB Container configuration to Store and Ship CMRB's. The Technical Data Package (TDP) for the CMRB Container currently being utilized to fulfill this requirement is owned by The Boeing Company, 5000 E McDowell Road, Mesa, AZ. The technical data associated with the CMRB Container is not available due to the proprietary nature of the parts; therefore, the USG is looking for alternative sources that can provide the same capabilities currently required to support the mission of the AH-64 Helicopter. Responses will be used to determine the appropriate procurement method for this requirement. Responders shall provide their product's Technology Readiness Level (TRL) number and back it with evidentiary data. Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this RFI. The submission should also include the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide services/supplies consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS RFI NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI Notice by 15 June 2015. All responses under this RFI Notice must be emailed to geraldine.williams.civ@mail.mil. Follow-up discussions may be conducted with respondents. It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Technical questions concerning this announcement may be submitted via Email to Todd Schoenrock, at todd.l.schoenrock.civ@mail.mil. If you have any contractual questions concerning this opportunity please contact Geraldine Williams, geraldine.williams.civ@mail.mil, NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/becb3888a7db3d401dd988f6315ba8cb)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03747632-W 20150531/150529235715-becb3888a7db3d401dd988f6315ba8cb (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 |