Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
SOURCES SOUGHT

16 -- Sources Sought CH/MH-53E B-Kits IVHMU

Notice Date
1/18/2018
 
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
B-KITS_IVHMU
 
Archive Date
2/17/2018
 
Point of Contact
Samantha Leigh Marshall, Phone: (301) 757-1674, Brittany Reynolds, Phone: (301) 757-8970
 
E-Mail Address
samantha.marshall@navy.mil, brittany.s.reynolds2@navy.mil
(samantha.marshall@navy.mil, brittany.s.reynolds2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought notice is to satisfy the Defense Federal Acquisition Regulation Supplement 206.302-1(d) posting requirement. The Naval Air Systems Command (NAVAIRSYSCOM) intends to award a contract for the procurement of one hundred seventy-six (176) B-kits for an Integrated Vehicle Health Monitoring Unit (IVHMU) system as well as non-recurring engineering and the support needed to field the system. The IVHMU system being installed on the CH/MH-53E aircraft will provide core Integrated Mechanical Diagnostics System (IMDS) Health Utilization Monitoring System (HUMS) functions such as aircraft rotor track and balance, full mechanical diagnostics on the complete drive train and usage monitoring, engine health, regime recognition, and records exceedances; as well as integrates a flight data recorder for storing aircraft performance data, a cockpit voice recorder for crew voice and flight-deck audio. The Government intends to award this procurement on a sole source basis to UTC Aerospace Systems (UTAS) (hereinafter "UTAS") (Cage Code 89305) 100 Panton Road, Vergennes, VT 05491. The basic building blocks of the IVHMU are proprietary technology to UTAS as it traces back to their proprietary Commercial off the Shelf (COTS) "Product Line" for the IMDS HUMS. As such, UTAS possesses the technical rights and data along with the expertise of the IVHMU system, test methodology, and the software required to develop the unique software updates. 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, 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 B kit production and installation will be meet the Government's requirements and (2) data, including license agreements with UTAS and information outlining possession of drawings/assemblies necessary to complete the production of the B-kits. (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 February 2, 2018. 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: Samantha Marshall, Contract Specialist, 47123 Buse Road, Building 2272, 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: brittany.s.reynolds2@navy.mil and samantha.marshall@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/B-KITS_IVHMU/listing.html)
 
Place of Performance
Address: 47123 Buse Road, Building 2272, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04793320-W 20180120/180118231406-f5bf24caa82e09f3440df4f748cdc012 (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  © 1994-2020, Loren Data Corp.