Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2017 FBO #5656
SOURCES SOUGHT

15 -- Provide Logistics support, including Repair of Repairables (ROR), Interactive Electronic Technical Manual (IETM) updates, updated spares drawings or models for repairable and consumable parts, repair of Peculiar Support Equipment (PSE) and its redesign

Notice Date
5/17/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
MaintenanceTaskAnalysisMTA
 
Archive Date
6/6/2017
 
Point of Contact
Bernice B Smith, , Lisa M Maples,
 
E-Mail Address
dorothy.smith@navy.mil, Lisa.M.Maples@navy.mil
(dorothy.smith@navy.mil, Lisa.M.Maples@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
CH-53K Maintenance Task Analysis (MTA) Document Type: Sources Sought NAICS: 336411 -FSC: 1520 This Sources Sought notice is to satisfy the Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Air Systems Command (NAVAIR) Headquarters intends to award a contract for the issuance of orders on a sole source basis under Basic Ordering Agreement (BOA) N00019-14-G-0004, as well as a future follow-on BOA, and potential modifications under N00019-06-C-0081 with Sikorsky Aircraft Corporation (SAC) in support of the CH-53K detailed Maintenance Tasks Analysis (MTA). Orders are in support of the CH-53K MTAs. Orders placed under this BOA by PMA-261 will support the CH-53K program efforts related to the MTAs through Fiscal Year 2020. Actions in support of ongoing CH-53K development includes: a) Performance of Analyses on Maintenance Tasks to support decisions regarding optimal maintenance task completion relative to cost, enhanced quality and repair times. The analyses will consider the resulting material availability, task frequency and the mean time to repair, as well as impact on aircraft availability when making recommendations to NAVAIR regarding maintenance task decisions. Results of these analyses will be recorded in the Logistics Product Database and provided to the Government for review/approval. b) Provide apportionment of Tools, and Repairables and Consumables as they apply to each step of all maintenance tasks. c) Provide Logistics support, including Repair of Repairables (ROR), Interactive Electronic Technical Manual (IETM) updates, updated spares drawings or models for repairable and consumable parts, repair of Peculiar Support Equipment (PSE) to include redesign and retest, procurement of new PSE, various logistics support analyses to include maintenance planning and maintenance task analysis, Intermediate and Depot-Level Maintenance prediction, Reliability Centered Maintenance (RCM) analysis, engineering support for damage limits assessment and repair procedures, Diagnostics engineering support for the Integrated Vehicle Health Monitoring System (IVHMS), Integrated System Support/Integrated Computing Platform (ISS/ICP) support and updates, engineering and sustainment support to the Fleet Common Operating Environment (FCOE), concurrency of SAC and NAVAIR Product Lifecycle Management (PLM) information systems and development and delivery of Operational Test Program Sets for the Program Loading Set for Contractor Furnished Equipment. The Government intends to award this procurement on a sole source basis to Sikorsky Aircraft Corporation (hereinafter "SAC") (Cage Code 78286) 3191 Broadbridge Ave, Stratford, CT 06614. Since the inception of the CH-53K program (formerly known as the Heavy Lift Replacement (HLR) Program), SAC has been the sole designer, developer and manufacturer of the CH-53K weapon system. SAC was awarded the Systems Development and Demonstration (SDD) contract in 2006. In addition, SAC was awarded modifications to the SDD contract for four (4) SDTA aircraft in 2013, two additional SDTA aircraft in September 2016 and award of LRIP Lot 1 AAC contract on 18 April 2016. As the Original Equipment Manufacturer (OEM) of the CH-53K, SAC is the only source with access to the data required to conduct the necessary analysis on OEM and supplier parts for the CH-53K. SAC may at times have a need to contract with other vendors in order to obtain necessary data and/or parts required to perform analyses, however; SAC remains the only known responsible source possessing requisite knowledge, technical expertise, special skills and technical data to successfully perform MTAs for the CH-53K helicopter. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This acquisition is being pursued on a sole source basis under the statutory authority of 10 U.S.C. 2304(c)(1), as implemented in FAR 6.302-1, only one responsible source and no other type of supplies or services will satisfy agency requirements. This notice of intent is not a request for competitive proposals; however, the Government will consider all responses received to this notice. A determination by the Government not to compete this requirement is solely within the discretion of the Government. It is intended that no solicitation will be available for this procurement. However, information provided herein is subject to change and in no way binds the Government to solicit or award a contract. The Government is not obligated and will not pay for preparation of responses to this notice. SUBMISSION CONTENT: Written responses are requested to be no more than 20 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to the following: a) A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, and primary customer base. b) NAVAIR requests that companies respond by submitting (1) a summary outline and capabilities statement outlining capability and approach to meet the requirements identified in this announcement. Outline how requirements for MTAs will meet the Government's requirements and (2) data, including license agreements with SAC and information outlining possession of drawings/assemblies and technical data necessary to complete Maintenance Task Analyses. (3) Additionally, respondents are to provide contract numbers and descriptions for similar type work and products as evidence of capabilities. Provide a description of your company's past experience and performance of similar contracts, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of this requirement. (4) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall respond to no later than 10:00 AM (Eastern) on June 5, 2017. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses; EMAIL MAY BE USED FOR SUBMITTING RESPONSES TO THIS SYNOPSIS. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: DEPARTMENT OF NAVY, NAVAL AIR SYSTEMS COMMAND, Attn: Dorothy Smith, Contract Specialist, 44802 Bronson Rd., Bldg. 2805, Patuxent River, MD 20670-1547. Information and materials submitted in response to this request WILL NOT be returned. Classified material shall NOT be submitted. Email: lisa.m.maples@navy.mil and Dorothy.Smith@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/MaintenanceTaskAnalysisMTA /listing.html)
 
Place of Performance
Address: NAVAIR HQ, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04512366-W 20170519/170517235550-87cf53c678370172bcef05827c2e356f (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.