Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2016 FBO #5263
SOURCES SOUGHT

29 -- H-53 Start Valve

Notice Date
4/19/2016
 
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
H-53E_Start_Valve
 
Archive Date
5/19/2016
 
Point of Contact
Kathie M. Bartz, Phone: 301-995-4846
 
E-Mail Address
kathie.bartz@navy.mil
(kathie.bartz@navy.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 CH-53 Heavy Lift Helicopter Program Office, announces its intention to procure: H-53E Engine Start Valves. DISCLAIMER THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE GOVERNMNET IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. PROGRAM BACKGROUND The H-53 aircraft has been prone to abnormal engine starts or failures to start that have been caused by failures of the engine start valve electrical solenoid. The most common failure mode is from the inadvertent disconnection or poor connection of the engine start valve electrical connector harness. The harness is subject to high vibratory loads, high temperature, and contamination by oil or hydraulic fluid. Previous efforts to use safety wire to prevent the connector from backing off have proved unsuccessful. The Government desires a new connector design that eliminates this long-standing fleet problem. ELIGIBILITY The applicable NAICS code for this requirement is 336412 with a Small Business Size Standard of 1,000. The Product Service Code (PSC) is 2850 ANTICIPATED PERIOD OF PERFORMANCE December 2016 thru December 2017 ANTICIPATED CONTRACT TYPE Firm Fixed Price REQUIRED CAPABILITIES The Government seeks potential sources to reconfigure the current H-53 Engine Start Valve Solenoid to update the current configuration from a push-pull on the cannon plug and receptacle. As well as, maintain tighter connections that can sustain vibrations and prevent engine stalls during in-flight emergencies. Potential sources would be required to accomplish the following tasks in support of this effort: • Have or had a working relationship with the H-53E Start Valve Original Equipment Manufacturer (OEM) (Tactair) • Modifying the existing solenoid assembly (P/N HP904501-1) during manufacturing with a new built in twist-on, self- locking connector, new part number and updated drawings, and provide with matching receptacle • Reconfigure, during solenoid manufacture, the existing Engine Start Valve solenoid configuration with new built in twist-on, self- locking connector, provided with the new matching receptacle • Provide updated proprietary drawings with new part number(s) • The qualification of a new start valve or start valve solenoid is not part of this effort and will not be considered • Provide from a system solution perspective, an outline of the development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist • Explain how they are able to work with the Government and the aircraft start valve manufacturer to integrate the proposed contract into the H-53 program. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities. This documentation must address at a minimum the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; 4. Management approach to staffing this effort with qualified personnel; 5. Statement regarding capability to obtain the required industrial security clearances for personnel; 6. Company's ability to begin performance upon contract award. 7. What type of work has your company performed in the past in support of the same or similar requirement? 8. Can or has your company managed a task of this nature? If so, please provide details. 9. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 10. What specific technical skills does your company possess which ensures capability to perform the tasks? 11. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities. 12. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. 13. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 14. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this RFI, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Kathie Bartz at Kathie.bartz@navy.mil in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 4 May 2016. All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/H-53E_Start_Valve/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04088874-W 20160421/160419234821-e2e0c290f9de80b5caa29048f0736a3e (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.