Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOURCES SOUGHT

15 -- TECHNICAL DESCRIPTION FOR UH 60V-Mechanical A-Kits

Notice Date
12/19/2019 10:24:15 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
PANRSA-19-P-0000-005715
 
Response Due
1/18/2020 2:00:00 PM
 
Archive Date
02/02/2020
 
Point of Contact
Deander L. Ferrell, Phone: 2568423488, Clifton D. Nichols, Phone: 2563135639
 
E-Mail Address
deander.l.ferrell.civ@mail.mil, clifton.d.nichols.civ@mail.mil
(deander.l.ferrell.civ@mail.mil, clifton.d.nichols.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
�INTRODUCTION The Army Contracting Command � Redstone, Redstone Arsenal, AL is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the production of UH-60V Mechanical A-Kits and spares of up to 72 per year for one base year and four option years for the U.S. Army. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. �All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. �THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. �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. PROGRAM BACKGROUND The UH 60V Product Office is designated as the product manager for the U.S. Army�s UH-60V aircraft and will be the recipient customer of the products sought. The Government is seeking to modernize its existing UH-60L analog architecture to a digital infrastructure, enabling a pilot-vehicle interface (PVI). Respondents shall be provided a copy of the UH-60V D0315, Product Drawings/Models and Associated Lists. ��The Government does not own the Technical Data Package to the UH-60. REQUIRED CAPABILITIES A need exists to convert current UH-60L Black Hawk Utility helicopters to meet evolving�interoperability and survivability requirements beyond 2035. �The intent of this Sources� Sought is to procure A-Kit Mechanical products that could be used to meet these requirements.� The Government envisions a solution for the existing UH-60L�analog architecture to be updated that meets the following operational and program requirements: The UH-60V �D0315, Product Drawings/Models & Associated Lists are included. Non-Developmental Item. NA Qualification. The Mechanical A-Kits supplier must be qualified and demonstrate the ability and compliance to build- to- print specifications defined in the UH-60V D0315, Product Drawings/Models & Associated Lists.� Proof of qualification should be addressed in the response. Maintenance, Inspection and Repair. �The Government desires a system with minimal maintenance and inspection requirements at the organizational level. � The system should also be easily repairable for deployed units. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 336413 with a Small Business Size Standard of 1,250. The Product Service Codes (PSCs) are K015, Modification of Equipment- Aircraft and Airframe Structural Components and 1520 (Aircraft, Rotary Wing) SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this technical description. �Documentation should be in bullet format. �No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Deander Ferrell, in either Microsoft Word or Portable Document Format (PDF), via email, deander.l.ferrell.civ@mail.mil, no later than 12:00 p.m. Central Daylight (CDT) Time on 3 January 2019 and reference this sources sought tracking number in subject line of the e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products please provide the following information: 1) Organization name, address, primary points of contact and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. �If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/57ba90c0f2844e258ad9205f2ef1518a/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05521922-F 20191221/191219230157 (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 |
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.