Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2017 FBO #5783
SOURCES SOUGHT

R -- PMA-261 Program Management Support Services

Notice Date
9/21/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
N00421-18-RFPREQ-PMA-261-0003
 
Archive Date
10/21/2017
 
Point of Contact
Garrett W. Douglass, Phone: 3013429818
 
E-Mail Address
garrett.douglass@navy.mil
(garrett.douglass@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI). This is a Sources Sought Technical Description to determine the availability and technical capability of small businesses to provide the required products/services. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice. Naval Air Systems Command (NAVAIR) is conducting a sources sought action for the procurement of services in support of the Heavy Lift Helicopters Program Office. PMA-261, a program under the Program Executive Officer, Air ASW Assault and Special Missions Programs, supports multiple H-53 variants including the CH-53E, MH-53E and the CH-53K helicopters. The H-53 assault support missions include the lift and movement of cargo and troops/passengers; the tactical recovery of downed or damaged aircraft; and the lift of heavy, bulky equipment and supplies by external suspension. The In-Service (ISV) variants (CH-53E and MH-53E) have numerous modification programs. The aircraft inventories to be modified vary by Operational, Safety, and Improvement Program, depending upon kit modification production lead-time. The CH-53E has a seven blade main rotor and a four-blade canted tail rotor, and is powered by three T64-GE-416/416A/419 turbo shaft engines. The CH-53E is capable of both land and ship based transport of heavy equipment, supplies, and personnel. The MH-53E is similar to the CH-53E with additional capabilities for Airborne Mine Countermeasures, Vertical On-Board Delivery, and Special Missions that require a longer range and more precise navigation than the CH-53E. The overall goal of the modifications is: increased communication and navigation; integrated mechanical diagnostics and condition-based maintenance, propulsion and power; degraded visual environment mitigation; survivability and sustainment initiatives; and fleet operation and safety performance in the H-53E community. The CH-53K is an ACAT 1D program in Low Rate Initial Production (LRIP) with Full Rate Production planned for Fiscal Year 2019. PMA-261 programs range from the System Development and Demonstration phase to the Operations and Support phase. There are multiple Integrated Product Teams (IPTs) and functional areas that are supported by this effort. The requirement is to provide program management, acquisition management, administrative, financial management, and technical services support for the H-53 research, development, test and evaluation; procurement; and sustainment project execution. Tasks required by PMA-261 include support for programmatic milestones, management and technical reviews, requirements analysis, and cost performance. Program Management support may include: Track deliverables and perform analysis of both CH-53K and In-Service programs for cost, schedule and performance data related to aircraft modifications, kit procurement/installation and aircraft production. Perform affordability analysis for kit production, track kit delivery and installation efforts for impacts to schedule and aircraft availability. Develop supporting documentation for spend plans to be incorporated into team work plans and data calls. Collect, compile and analyze project, and cost data for incorporation into team work plans, data calls, financial addendum, budgetary support documentation, and other financial sheets. Acquisition Management support may include: Provide acquisition support services to include financial analysis of projected and actual H-53 modification costs, Non-Recurring Engineering (NRE) and Engineering Change Proposal (ECP) costs for retrofit aircraft integration efforts, logistics support strategies, and training requirements. Perform analysis of contract schedules and provide recommendations on how to reduce cost and schedule risk. Support management and technical reviews, evaluate results and provide recommendations to each area of the program. Technical support may include: Provide configuration management services for monitoring production, deliveries, cost and financial data. Provide configuration management support services in the analysis, evaluation, and tracking of CH-53K configuration baselines and status. Monitor and report on the technical progress, schedule, alternative and work around procedures and recommend areas of improvement for each program. Evaluate program requirements, perform research, support the Integrated Digital Environment (IDE), Engineering Change Proposal (ECP) process, configuration management, perform technical analysis, and provide technical recommendations. Provide system administrative support to include SharePoint site management, logical and physical system design and reviews. Prepare system documents and specifications. Conduct technical research on system upgrades to determine feasibility, cost, time required, and compatibility with system. Provide administration of complex areas of the network, security analysis and planning. Administrative support may include: Provide administrative and technical services requirements in support of the Operations Team and financial and project management of the H-53 in support of development, production, fleet aircraft maintenance and operations, and the integration of the CH-53K. This includes the collection and coordination of data, the analysis of technical requirements, and the preparation of documentation that will be used in support of production aircraft and In-Service Fleet aircraft. Provide scheduling, calendar coordination and management support on H-53 development and integration projects. Provide technical and administrative support for development and integration meetings on H-53 projects. Perform incoming and outgoing correspondence preparation and dissemination (e.g. letters, naval messages) and maintain an archive of documents for CH-53K development and integration projects. Financial Management support may include: Perform business financial management services at the project level, to include analysis of requirements, efforts required for project execution, preparation of draft budget plans, financial analysis, and cost trade-off assessments and provide options to Government for further review and consideration. The Contractor shall utilize the most appropriate methodology for the drafting of project cost estimates; using cost data that is of pertinent interest to H-53 development and integration project stakeholders given current project status. Perform financial analyses on project requirements to support aircraft modification efforts and provide alternative acquisition strategies for Government consideration with objectives to support the implementation of these systems/capabilities during the execution phase. Collect and assess project level cost and financial records, supporting budget estimation and execution and creating budget documents for Government release. Perform an analysis of Total Ownership Cost (TOC) and Life Cycle Cost (LCC) and provide to Government personnel for consideration and possible further action. Assess and analyze obligations and expenditures, and support Government personnel by reviewing the aircraft OEM's spend rate, costs, and schedule compliance and provide status to Government for review. Experience with NAVAIR Command-wide tools to include but not limited to: Defense Travel System (DTS), Common Spend Plan Tool (CSPT), Acquisition Management System (AMS), Navy ERP, and Workload Requirements and Planning System (WRAPS) also required. At a minimum, please address the following: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an example of your company's ability to perform at least 50% of similar tasking. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, Service Disabled Veteran-Owned, or 8(a) Small Business Concern. There is no solicitation available at this time. This RFI is for planning purposes only. This is not an invitation to bid, request for quotation, or request for proposal. This notice cannot be construed as an obligation on the part of the Government to acquire any products or services. Any response to this RFI will be treated as information and may be used by the Navy to develop an acquisition strategy, statement of work, statement of objectives, and performance work statement and associated specifications. The results of this Sources Sought will be utilized to determine if any Small Business Opportunities exist. All Small Business Set-Aside categories will be considered. The appropriate North American Industry Classification System (NAICS) code is 541330, with a small business standard of $38.5 million and a product service code (PSC) of R408. To the maximum extent possible, please submit non-proprietary information. Interested parties are responsible for adequately marking proprietary or competition-sensitive information contained in their response. The Government is not liable for damages related to proprietary information that is improperly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to this Notice are not to exceed 7 pages in length on 8.5 x 11 inch paper with one inch margins and font no smaller than 12 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail, in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information, to the contact points identified in this Sources Sought, within 15 calendar days of the publication date of this Notice. All interested parties should not submit classified material, as the Government will not accept classified material. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) are required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-18-RFPREQ-PMA-261-0003/listing.html)
 
Place of Performance
Address: 65% Patuxent NAS, 35% Contractor Facility, United States
 
Record
SN04688295-W 20170923/170921231437-d80e3e0957b2bd3e7e8436e2f5eff25f (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.