Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

16 -- Engineering, Modification and Support for V-22 Aircraft

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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-Elbit-BOA
 
Archive Date
12/8/2016
 
Point of Contact
Lorna D. Taylor, Phone: 301757-9088, Rick Paskoski, Phone: 301-757-5226
 
E-Mail Address
lorna.d.taylor@navy.mil, rick.a.paskoski@navy.mil
(lorna.d.taylor@navy.mil, rick.a.paskoski@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office - Assault (PEO-A), V-22 Joint Program Office (PMA-275) is seeking sources to provide non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, and procurement in support of ELBIT Systems of America (ESA) components on the V-22 aircraft, including but not limited to, processors, displays, digital converters, digital maps and helmet-mounted displays/modules. 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH 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 SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY 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 SOURCES SOUGHT. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT 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. 3.0 Background The V-22 aircraft configuration includes multiple components manufactured by ELBIT Systems of America (ESA). Historically, ESA components and support have been contracted as Contractor Furnished Equipment (CFE) under contracts with the aircraft manufacturer, Bell-Boeing Joint Project Office. For improved affordability, the V-22 Program is seeking to establish a Basic Ordering Agreement to contract directly with ESA; however, the Government will consider responses for the purpose of determining whether to conduct a competitive procurement. Tasking will consist of non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, and procurement in support of ESA components on the V-22 aircraft, including but not limited to, processors, displays, digital converters, digital maps and helmet-mounted displays/modules. A listing of the ESA components on the V-22 aircraft will be provided with the Government Furnished Information (GFI) package for this sources sought notice. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. The Government possesses only limited technical data rights to these components. Respondents will need to provide component licensing agreements that clearly demonstrate their ability to obtain access to technical and engineering data/resources needed to fulfill the requirement herein. 4.0 Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0 Requested Information Interested parties must first submit a Letter of Intent (LOI) with supporting documentation required to obtain authorization to receive GFI associated with this effort. GFI shall be provided to interested sources upon authorization (Paragraph 5.0). The LOI shall include the following information to verify credentials (do not submit classified information): •1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include, the facility clearance for the CAGE code and licensing agreements with OEM to allow access to technical data required to fulfill the requirements. •2. CAGE code, DUNS Number, and mailing address •3. Business size. Indicate whether Contractor is 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. •4. POC information and mailing address to receive the GFI package •5. POC to receive additional information or clarification •6. POC for non-disclosure agreements (NDA) •7. Signed GFI NDA •8. Blank Copies of Respondent's NDA to give to an NDA Negotiation POC if that is so desired (see Paragraph 5.0 Data Markings for more details) •9. Describe Contractor's ability to manage and secure classified information After receipt of the GFI, NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with capability summary, which contains a detailed description of capabilities to perform non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, and procurement of specific ESA components on the V-22 aircraft. Each capability summary should include at a minimum: •1. Description of the Contractor's approach and experience with performing these tasks on ESA components provided in the GFI. Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. •a. Development, manufacture, modification, integration, repair and testing of ESA V-22 components (hardware and/or associated software and firmware); •b. Non-recurring engineering and logistics efforts in support of repair and modification of ESA V-22 components, development of technical data, training of Fleet Readiness Center East (FRCE) artisans, completion of engineering change proposals, and delivery of support equipment and components for validation and verification; •c. Procurement of ESA components (hardware and/or associated software and firmware) to be provided as Government-Furnished Equipment (GFE) to the V-22 production line, V-22 mod/retrofit lines or trainers, including spare or repair parts; •d. Obsolescence management efforts including but not limited to obsolescence trade studies, storage of obsolete bit piece parts, obsolescence component testing and bridge buys or Life-of-Type buys; •e. In-service Support, including Fleet support, for ESA components on operational and test V-22 aircraft; •f. Development and support for the V-22 Avionics Retrofit Program, including, but not limited to, service bulletins, and engineering, production, prototyping, validation, and testing of change kits; and •g. Engineering/technical/integration support, engineering investigations, service life assessment support, service life extension support and studies. 6.0 Responses Data Markings. In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the Letter of Intent (LOI) and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Letter of Intent (LOI). Responding parties must submit an unclassified LOI, not to exceed six single-spaced pages to Lorna Taylor at lorna.d.taylor@navy.mil and Rick Paskoski at rick.a.paskoski@navy.mil no later than 4:00 PM Eastern Daylight Time (EDT) 23 November 2016. The LOI shall include the following information to verify credentials (do not submit classified information): Record of Receipt. Responding parties must submit a record of receipt of the GFI package to Ms. Lorna Taylor at lorna.d.taylor@navy.mil within 2 work days of receipt. Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 15 calendar after receipt of GFI package to the following address - NAVAL AIR SYSTEMS COMMAND ATTN: Ms. Lorna Taylor (AIR- 2.3.3.4.1 ) 47123 BUSE ROAD, BLDG 2272, SUITE 155 Patuxent River, MD 20670-1547 Provide full response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 25 pages, and must be in English. Classified information or material SHALL NOT be submitted. 7.0 Questions Questions regarding this sources sought can be directed to Ms. Lorna Taylor at lorna.d.taylor@navy.mil. 8.0 Summary THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-Elbit-BOA/listing.html)
 
Record
SN04323557-W 20161110/161108234953-642008619060273c10ba57ec67b9c45f (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.