Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
SOURCES SOUGHT

16 -- AH-1W Industry Day

Notice Date
12/22/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
AH-1WIndustryDay
 
Archive Date
3/2/2018
 
Point of Contact
Sonja Scott, , Gweneen Scruggs,
 
E-Mail Address
sonja.scott@navy.mil, gweneen.scruggs@navy.mil
(sonja.scott@navy.mil, gweneen.scruggs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Naval Air Systems Command Sources Sought Notice For AH-1W GLASS COCKPIT MODIFICATION AND TRAINING REQUIREMENT FOR FOREIGN MILITARY SALES (FMS) Potential Federal Business Opportunities: AH-1W Super Cobra aircraft are being retired from the United States Marine Corps (USMC) and will be offered for sale via Foreign Military Sales (FMS) beginning in 2018. The Naval Air Systems Command (NAVAIR) in support of the H-1 Light Attack Helicopter Program Office (PMA-276) has identified potential work o pportunities through the modernization of these aircraft. AH-1W Super Cobra aircraft will be offered from USMC stock and made available for depot-level maintenance and modification to meet customer requirements. Modifications may be offered via FMS or DCS, as appropriate to the included technology and customer desires. Potential customer may also require pilot and maintainer training in the continental U.S. or abroad. Invitation: The following information is provided to assist the United States Navy in conducting Market Research to identify potential contractors that have an interest and capability in providing a glass cockpit modification and pilot and maintenance training for the AH-1W helicopters. These requirements are subject to change and the information provided below is for informational purposes only. Wi thout obligation of funding, PMA-276 would like to invite interested contractors to attend the AH-1W Attack Helicopter Industry Day, on 24 January 2018, at the Southern Maryland Higher Education Center, at 44219 Airport Rd, California, MD 20619. Interested contractors attending should have demonstrated experience with successful cockpit modernization, advanced system integration, and aviation training. Cockpit integration experience should include the use of large multi-function displays, current avionics capabilities, and supportable non-developmental Commercial-Off-the-Shelf (COTS) equipment. To control cost, the concept for the aircraft modernization scope should not involve the basic airframe, dynamic components, or weapons currently used on the AH-1W. The goal of this proposed program is to provide a supportable and low risk design that is competitive in cost and performance with today's military helicopter markets. D isclaimer THIS INVITATION 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. Submission Details Written responses to this invitation and announcement should specifically address the following. Responses should be succinct, but sufficient in detail to adequately demonstrate the required capability to meet the Government's stated requirements. The Government intends to utilize the data collected from these announcements to finalize the acquisition strategy for AH-1W FMS sales. •1. Information about your company: •a. Name and address of the company •b. Cage Code •c. Size of business and if applicable to any small business classification; •d. Ownership; •e. Names of two principals to contact, including title and telephone number; •2. Description of company's approach to satisfy the requirements stated above for AH-1W. If interested as a Prime contractor, please indicate as such and address your approach to satisfy all of the aforementioned requirements. If interested as a Subcontractor, please indicate your company's approach to those areas of expertise where you anticipate subcontracting opportunities for your firm. This information will be valuable when determining the appropriate Small Business utilization strategy/goals for evaluation as applicable. •3. Provide a discussion of your company's capabilities to perform the requirement during the anticipated Period of Performance schedule (length of courses may follow USMC structure, or be modified to accelerate and/or improve instruction). Please provide supporting rationale for your response to include a discussion of the resources and facilities that will be employed to meet the Government's delivery schedule requirements. Identify any assumptions with respect to required Government Furnished Information (GFI) and the assumed timeframes when such GFI would be available to your company. •4. What experience does your firm have regarding aircraft modification, facility management, aircraft operation and maintenance of each type of the applicable aircraft, pilot instruction for each aircraft type, maintenance instruction for each aircraft type, and courseware development/revision? •5. Please demonstrate that your company has the necessary knowledge and capability to maintain required security of all aircraft, support equipment, instructional material and students throughout the period of performance. •6. NOTE: Where applicable, include the following information: •a. Government contract number; •b. Contract value; •c. Role your company played; •d. Point of contract telephone number. If your company is interested in competing for this requirement please provide a response to this request in accordance with the directions below. Interested businesses shall submit responses by email to the Points of Contact (POC). Please submit all questions by email to the same POC. One electronically submitted response shall be received no later than 5:00pm Eastern Time on 1 March 2018, and reference: A H-1W FMS GLASS COCKPIT MODIFICATION AND TRAINING REQUIREMENT - SOURCES SOUGHT. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Navy Electronic Commerce Online (NECO), the Federal Business Opportunities (FBO), and/or the Procuring Office. NAVAIR will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. 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. By submitting documentation in support of this effort, the respondent agrees that the information may be shared with covered Government support contractors and, if required, agrees to execute a Non-Disclosure Agreement with the support contractor. Contracting Office Address and POC: Naval Air Systems Command Contracts Dept AIR-2.3.1.3 21936 Bundy Road, Bldg 442 Patuxent River, MD 20670 POC: Sonja Scott, Sonja.scott@navy.mil Primary Point of Contact: Gweneen Scruggs, Gweneen.scruggs@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/AH-1WIndustryDay/listing.html)
 
Place of Performance
Address: Southern Maryland Higher Education Center, at 44219 Airport Rd, California, Maryland, 20619, United States
Zip Code: 20619
 
Record
SN04775340-W 20171224/171222230907-750eb0cdda7463c9deac65b89d8223ac (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.