Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
MODIFICATION

K -- Request for Information (RFI) for United States Navy Aircraft Armament Equipment (AAE) Repair and Upgrade Services

Notice Date
5/3/2017
 
Notice Type
Modification/Amendment
 
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
N00019-17-P1-PMA-201-0052
 
Archive Date
5/19/2017
 
Point of Contact
PeKita D. Taliaferro, Phone: 301-757-2400, Connie T Gayle, Phone: 301-757-7085
 
E-Mail Address
pekita.taliaferro@navy.mil, connie.gayle@navy.mil
(pekita.taliaferro@navy.mil, connie.gayle@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This is a follow-on to Request for Information (RFI) number N00019-17-P1-PMA-201-0052 originally synopsized on 1 March 2016. If a reply was sent to in response to RFI, N00019-17-P1-PMA-201-0052, posted on 1 Mach 216, interested parties shall ALSO submit a response to this RFI. DISCLAIMER 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. Any resultant solicitation will be released to Fedbizopps.gov. It is the responsibility of the potential offer(s) to monitor this site for additional information pertaining to this requirement. INTRODUCTION This RFI announcement is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2, and is published to obtain market research for use by the Naval Air Systems Command (NAVAIR), Program Executive Office, Unmanned Aviation and Strike Weapons (PEO(U&W)), Precision Strike Weapons Program Office (PMA-201), Patuxent River, Maryland. NAVAIR seeks to increase opportunities for new and existing small or large businesses that are interested in providing Aircraft Armament Equipment (AAE) repair and upgrade services. Consistent with FAR Part 11, this RFI is a market research tool and the results will be used to determine potential sources capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. NAVAIR, Patuxent River, MD, intends to obtain market research to determine whether services necessary to repair and/or upgrade U.S. Navy AAE can be procured on a competitive basis. The equipment to be repaired and/or upgraded is aircraft bomb racks and missile launchers, and includes the following products: Variant Platform ADAPTER ASSEMBLIES ADU-299 ADU-299A/A AH-1W/Z, AV-8B ADU-299B/A EA-6B ADU-830 ADU-830/A AV-8B AERO-1 AERO-1A P-3B/C, SH-60B/F, HH-60H, MH-60R AERO 1B BOMB RACKS AERO-7 AERO 7A-5 EA-6B AERO 7B-4 BRU-12 BRU-12/A P-3B/C BRU-12A/A BRU-14 BRU-14/A P-3B/C, SH-60B/F, HH-60H, MH-60R BRU-15 BRU-15/A P-3B/C BRU-15A/A MQ-9 Reaper BRU-22 BRU-22/A AH-1W BRU-23 BRU-23/A AH-1W BRU-32 BRU-32A/A F/A-18A/B/C/D BRU-32B/A F/A-18E/F/G BRU-33 BRU-33A/A F/A-18A/B/C/D/E/F BRU-36 BRU-36A/A AV-8B BRU-36B/A BRU-38 BRU-38/A T-45A/C BRU-41 BRU-41/A I F/A-18A/B/C/D/E/F BRU-42 BRU-42/A AV-8B, F/A-18A/B/C/D/E/F BRU-55 BRU-55A/A F/A-18A+/C/D/E/F BRU-59 BRU-59/A AH-1W/Z, UH-1N/Y BRU-65 BRU-65/A MH-60S BRU-70 BRU-70/A AV-8B ERU-119 ERU-119 T-45A/C MK8 MK8 MOD6 BOMB SHACKLE SH-2, SH-3 Talley Rack TALLEY EJECTOR RACK AH-1W MISSILE LAUNCHERS LAU-7 LAU-7/A-6 F/A-18A+/A/B/C/D LAU-7B/A F/A-18C/D LAU-7/A-7 EA-6B, F/A-18A+/A/B/C/D LAU-7B/A-1 F/A-18C/D LAU-7C/A AV-8B, AH-1W/Z LAU-7D/A F/A-18A+/C/D LAU-7E/A LAU-7F/A F/A-18C/D LAU-115 LAU-115C/A F/A-18A/B/C/D LAU-115D/A F/A-18E/F LAU-116 LAU-116/A (LH/RH) F/A-18A/B LAU-116A/A (LH/RH) F/A-18C/D LAU-116B/A (LH/RH) F/A-18E/F LAU-117 LAU-117(V)2/A AV-8B, F/A-18A/B/C/D/E/F, P-3C LAU-118 LAU-118(V)1/A EA-6B, F/A-18AB/C/D/E/F LAU-127 LAU-127D/A F/A-18A+/C/D/E/F LAU-127E/A F/A-18C/D/E/F LAU-127F/A F/A-18E/F M272/M279 M272 AH-1W M299 M299 AH-1Z, HH-60H, SH-60B, MH-60R/S, KC-130J TOW TOW MISSILE LAUNCHER AH-1W AAE Repair and/or upgrade of missile launchers and aircraft bomb racks – Acquisition History This RFI notice is the second announcement for this opportunity. The Government anticipates and estimates a contract award for the above mentioned repairs and upgrades of missile launchers and aircraft bomb racks to occur in calendar year 2018. PLACE OF PERFORMANCE Work will be performed at the awardee’s facility. BACKGROUND NAVAIR PMA-201, Precision Strike Weapons maintains cognizance of an AAE worldwide inventory valued at $1.72B, comprised of more than 46,500 items, consisting of 34 equipment types in 45 configurations. NAVAIR anticipates the majority of the repair and upgrade work under this proposed contract to involve a small number of the highest usage equipment, including LAU-7, LAU-127, LAU-115 and LAU-116 missile launchers, and BRU-32, BRU-14 and BRU-59 bomb racks. DISCUSSION NAVAIR expects efforts similar to the below for repair / upgrade of Bomb Racks or Missile Launchers (herein referred to as “equipment”). Repair/Upgrade Orders. Future orders will include efforts to repair and/or upgrade the equipment from one configuration to another. The order will include Government Furnished Information (GFI), Technical Data List (TDL), Technical Manual (TM), and Depot Rework Specification (DRS) for the starting configuration and the final configuration. The Statement of Work (SOW) will include specific instructions for replacement and installation of components to accomplish the repair/upgrade. Since the equipment is generally shipped to the Contractor's facility directly from the Fleet, the Contractor should expect to perform some level of repair for every item inducted, even if the purpose of the order is primarily only to upgrade the equipment. Pressure Vessels. Certain missile launchers include pressure vessels for storage of compressed nitrogen. The Government directs the Fleet to ship equipment to the Contractor without the pressure vessel installed, but occasionally the Contractor may receive a pressure vessel in a pressurized condition. The equipment TM includes special instructions for the safe handling and storage of pressurized vessels. In the event the Contractor receives equipment with a pressurized or unpressurized vessel, the Contractor shall request disposition instructions from the Government. Generally, repair and upgrade orders direct the Contractor to deliver equipment without the pressure vessel installed. Critical Safety Items and Critical Application Items. Certain equipment components or subassemblies are designated as Critical Safety Items (CSI) or Critical Application Items (CAI) to equipment safe operation or proper function. Critical Items that the Contractor procures or manufactures in support of repair or upgrade tasks require special tests and inspections outlined in the TDL. The Contractor is not required to verify compliance of reused Critical Items to the same standards as newly procured or manufactured parts. The Contractor may reuse GFP Critical Items that meet inspection criteria in the TM, DRS, or as otherwise required by the SOW. REQUIRED CAPABILITIES The Contractor shall provide services, products, and spare parts for various AAE for the U.S. Navy (USN) and Foreign Military Sales customers. The following is a non-exclusive list of services that an awardee will be required to provide: · * provide materials and services to perform repairs and upgrades on equipment, support equipment and other Government property; · * perform engineering analyses, studies and investigations and design, fabricate and test prototypes or models to support specific analyses, studies or investigations; · * perform failure analysis, to include determination of root cause and provide recommendations for permanent corrective action of failure root causes; · * provide lab, ground and flight test services and design, fabricate and test special tooling and test equipment to support test activities; · * perform logistics studies; · * develop training curricula and materials and provide training support services; · * provide support services for weapon integration on equipment and/or AAE integration on aircraft; · * perform software development and prepare software documentation; · * fabricate and test electronic breadboards and/or prototypes The requirements associated with this potential procurement contain Technical Data subject to Export Control Laws. Unclassified information available upon request includes: the LAU-7 Mechanism Assembly Depot Rework Specification (DRS). The LAU-7 Mechanism Assembly DRS has been designated as “DISTRIBUTION STATEMENT D”. This sample specification is an example of the detailed tasking that an awardee may be expected to perform. Interested sources shall submit a written request for the documentation through Mr. Kenneth Bogdan at kenneth.bogdan@navy.mil. To validate the document release, this request must include the company name, mailing address, email address, point of contact, phone number, current CAGE number, and Central Contractor Registration number. Please include with your request a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. For DD 2345 information call DLIS in Battle Creek, MI at 800-352-3572 or visit the internet at: http://www.dlis.dla.mil/jcp. Any use of the information in support of Direct Commercial Sales efforts is strictly prohibited. SECURITY REQUIREMENTS Some repair/upgrade efforts may require a DD Form 254 Contract Security Classification Specification, which shall be required within six months after contract award. More specifics regarding the timing of compliance for this requirement will be addressed in the request for proposal (RFP). The prime contractor shall have or demonstrate the ability to obtain a “Secret” facility clearance. More specifics regarding the timing of compliance for this requirement will be addressed in the Request For Proposal (RFP). ELIGIBILITY The applicable NAICS Code for this requirement is 336413 Other Aircraft Part and Auxiliary Equipment Manufacturing (Size Standard: 1,250 employees). While small businesses are encouraged to respond, this RFI is not restricted to small businesses. The primary Product and Service Code (PSC) for this effort is K016 Modification of Equipment- Aircraft Components and Accessories. ADDITIONAL INFORMATION AND SUBMISSION DETAILS LAU-7 Mechanism Assembly DRS (directions are addressed above for requesting documents subject to Export Control laws). NAVAIR requests that interested parties submit a capabilities statement of no more than 15 pages in length in Times New Roman font of not less than 10 point font. Please address the Contractor’s internal capabilities and the capabilities of anticipated subcontractors as they relate to the above description of the required supplies and services, and the following questions. 1. What type of work has your company performed in the past in support of the same or a similar requirement? 2. Describe how you will manage this effort. Cite previous applicable experience. 3. Describe work you expect to subcontract (large and small businesses) and how you will manage the subcontractors. Cite previous applicable experience. 4. Describe the technical skills and infrastructure you will apply to this work. Please include any tooling and special test equipment you currently own to perform this effort. Cite previous applicable experience. 5. Provide a company profile to include number of employees, annual revenue history, office locations, CAGE code, DUNS number, etc. 6. If you claim Small, Small Disadvantaged, Women-Owned/Economically Disadvantaged Women-Owned, 8(a), HUBZone, or Service-Disabled Veteran-Owned Small Business Concern status, provide substantiating details. 7. Describe your ability to meet security requirements, including cybersecurity related clauses 252.204-7008, 252.204-7009, and 252.204-7012. The Government may award a Multiple Awards type contract, with up to a five year ordering period/period of performance with performance to begin in calendar year 2018. It is anticipated awarding approximately 5 delivery orders per year. Upon evaluation of the capability statements requested above, the Government reserves the right to conduct additional Market Research in order to determine the most appropriate acquisition strategy. Your response to this RFI, as well as any questions you may have while preparing your response, shall be electronically submitted via email to the Contract Specialist, PeKita Taliaferro, pekita.taliaferro@navy.mil, in either Microsoft Word, Microsoft Excel, Microsoft Power Point, or Portable Document Format (PDF). Phone calls will not be accepted. The deadline for response to this request is 11:59 PM, Eastern Daylight Time, 17 May 2017. All material provided in response to this RFI shall be unclassified, non-confidential, and non-proprietary to the maximum extent practicable. Responses to this RFI will not be returned to the respondent. 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. If the response includes proprietary information, (1) ensure proprietary information is marked appropriately and (2) identify disposition instructions. The Government will NOT be responsible for the disclosure of any confidential/proprietary information not clearly marked. At any time after receipt of RFI responses, the Government may contact respondents independently for further clarification of the submittal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-P1-PMA-201-0052 /listing.html)
 
Record
SN04493922-W 20170505/170503234413-94a24f79c286af8d276485423c030574 (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.