SOURCES SOUGHT
16 -- AH-64E Version 6 Fuselage
- Notice Date
- 11/19/2019 11:28:38 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- V6Fuselage
- Response Due
- 12/10/2019 2:00:00 PM
- Archive Date
- 12/25/2019
- Point of Contact
- Kelly Fitzpatrick, Phone: 2568424948
- E-Mail Address
-
kelly.m.fitzpatrick.civ@mail.mil
(kelly.m.fitzpatrick.civ@mail.mil)
- Description
- REQUEST FOR INFORMATION U.S. Army Program Executive Office - Aviation Description1.1 The United States Government (USG) Army Contracting Command- Redstone Arsenal (ACC-RSA) is conducting market research to determine potential sources for the production of the AH-64E fuselage for the Project Manager for Apache Attack Helicopter (PM AAH) within the Program Executive Office for Aviation (PEO AVN). The Government seeks to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for an AH-64E Version 6 fuselage, current part number 7-611110100-103, sourced directly to the Government as Government Furnished Equipment (GFE). 1.2 The Office of the Secretary of Defense (OSD) has an objective to modernize the Department of Defense’s procurement approach, implement best practices, and to achieve greater affordability to reinvest in readiness. The Apache Project Office is supporting that objective and looking for new innovative partnerships with industry to evaluate the feasibility and opportunity to achieve greater affordability through a GFE approach.1.3 This Request for Information (RFI) is to obtain qualified vendors to provide plans, procedures, production information, and reports addressing the manufacture of the AH-64E Version 6 fuselage, current part number 7-611110100-103. Additionally, ACC-RSA is seeking sources with a strong background, history and/or past performance in streamlining and facilitating rapid and high quality acquisition (regardless of part), addressing obsolescence, and working closely with USG. Responders shall provide their performance history and back it with evidentiary data. Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above.1.4 THIS IS A REQUEST FOR INFORMATION ONLY. The submission of this information is solely for informational, market research, and planning purposes and is not a request for competitive proposals, quotations or an invitation to reimburse contractors for associated costs to respond or for any information provided. This notice does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. All costs associated with responding to this notice will be solely at the responding party's expense. Not responding to this notice does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the System for Award Management (SAM) (beta.Sam.gov) site for additional information pertaining to this notice.2.0 Requested Information2.1 Please provide information on the following topics to assess qualifications for providing a fuselage, current part number 7-611110100-103, for the AH-64E Apache Attack Helicopter:2.1.1 Describe interest in providing the AH-64E fuselage directly to the U.S. Government, through a Government Furnished Equipment model.2.1.2 Explain any element of this requirement (i.e., engineering, documentation, technical data development, testing, etc.) that your company either does not have or that must be established to accomplish tasks that may result from the requirements. Please note if there are any initial engineering costs that would have to be provided by USG to facilitate the development of the AH-64E fuselage; actual costs are not required.2.1.3 Describe your company’s estimated rate of production for the Apache Fuselage. Once in full-rate production, what is the estimated manufacturing lead time and what is the total monthly capacity? What is the estimated timeline for your company to ramp production to steady-state?2.1.4 Describe any limitations your company may have for responding to these requirements. Include limitations and courses of action necessary to overcome the limitation. Identify whether the limitation is based on cost, schedule or technical performance issues you feel should be considered. Describe any agreements that would preclude your company from having the ability to accomplish this effort.2.1.5 Describe your company's organization to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code(s), statement regarding current Small Business Administration (SBA) business size and socio-economic classification under (i.e., small, Small-Disadvantaged, Service-Disabled, Veteran-Owned, HUBZone, etc.), statement whether your interest in this effort is as a prime Offeror or to express interest regarding subcontracting possibilities, and contact information (telephone and email) for points of contact of those able to discuss the material submitted. 2.1.6 Please detail any avenues you see for your company to provide the Government with a lower cost AH-64E fuselage. Why can you provide us with a lower cost fuselage and would you be willing to work with the government to facilitate a lower cost fuselage?3.0 Industry DiscussionsApache Project Office representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks.4.0 QuestionsAll questions relating to this RFI shall be submitted in writing only via email to Army Contracting Command point of contact (POC) Kelly Fitzpatrick, Contracting Officer, at Kelly.m.fitzpatrick.civ@mail.mil. The subject line on the email submissions for questions or requests for clarifications should read: RFI: Apache Fuselage, Questions/Clarifications. Absolutely no telephone calls will be accepted in response to this RFI. Questions or requests for clarification shall NOT contain proprietary or classified information. In order to facilitate a timely response, it is requested that all questions or requests for clarification be received by 4:00 pm CST within 10 days of posting of this RFI. Responses to the questions received will be answered and posted for all interested parties to see via an Amendment to the RFI on the SAM website. The Government reserves the right to not address questions or requests for clarification should it not be pertinent to the RFI. 5.0 ResponsesVendors are encouraged to submit written notification of their interest, qualifications, and technical concepts to Kelly Fitzpatrick, Contracting Officer, via e-mail at Kelly.m.fitzpatrick.civ@mail.mil.All submitted responses shall follow the outline below and be provided in Microsoft (MS) Word Office 2013 compatible format or Adobe PDF. Submission shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12 point Arial font. Line spacing shall be set no less than single space. Any drawings shall be capable of being printed on 11x17 inch paper and no smaller than 10 point font. Submissions shall be less than 10 total pages excluding any drawings. All submissions should include a title page with the following information: Company or organization name and mailing address (City/State/Zip) Company web page URL, if any Point of Contact (name, title, phone number, and e-mail address) CAGE Code and NAICS Code 336413The white papers will be reviewed by USG representatives as approved by the AAH-PM and other governing agencies. All information provided will be adequately protected in accordance with the markings.Submissions of white papers are due no later than 4:00 pm Central Standard Time (CST) 20 days after posting of RFI. White papers shall be submitted electronically via the Department of Defense (DoD) Safe Access and File Exchange (SAFE) website (https://safe.apps.mil). To be able to utilize the DoD SAFE website, request a Drop-off code via e-mail to kelly.m.fitzpatrick.civ@mail.mil. After receiving the Drop-off code, use the following distribution email address as prompted by the site: kelly.m.fitzpatrick.civ@mail.mil. The subject line for the SAFE submission should read: RFI: Apache Fuselage - YOUR COMPANY NAME. No hard copy or fax responses will be accepted. If a late submittal is received, acceptance of such will be at the discretion of the Government.Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to perform the above listed service are invited to submit a response within twenty (20) days after release of this RFI request.6.0 Post Submission GuidelinesProprietary information should be clearly marked. No classified documents should be included in your response. Please be advised all information submitted in response to the RFI becomes the property of the USG and will not be returned. Responses to this RFI will not be returned. The Government is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. There is no guarantee that any submission in response to this RFI will result in a Government program. The Government may or may not use any responses to this RFI as a basis for a subsequent project. The information submitted in response to this RFI may be used to help the Government further define its requirements. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. Responders who do not submit a white paper to this RFI will not be prohibited from submitting a proposal if a RFP is published at some point in the future. In order to protect the integrity of any possible future acquisition, no additional information other than the information contained in this RFI will be provided.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8d8849a957514281a35ac8c6e7b28283/view)
- Record
- SN05499030-F 20191121/191120094815 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |