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 -- Engineering Services for the United States Army UH-72 aircraft

Notice Date
12/19/2019 10:26:38 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA-19-P-0000-003283r1
 
Response Due
1/4/2020 11:00:00 AM
 
Archive Date
01/19/2020
 
Point of Contact
Patluke C. Ragucci, Phone: 2563130618, Patrick C. Walker, Phone: 2563130425
 
E-Mail Address
patluke.c.ragucci.civ@mail.mil, patrick.c.walker.civ@mail.mil
(patluke.c.ragucci.civ@mail.mil, patrick.c.walker.civ@mail.mil)
 
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 parties having an interest in and the resources to provide Engineering Services (ES) for the United States (U.S.) Army's UH-72 aircraft and, if so, the feasibility of a competitive acquisition. 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, and multiple awards MAY be made.� 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 their submissions. PLACE OF PERFORMANCE The place of contract performance is to be determined though its feasible performance could be a mix of both contractor premises and designated Government locations, as necessary. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER.� NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION �PERTAINING TO THIS REQUIREMENT."" PROGRAM BACKGROUND The Light Helicopter Product Office is designated as the product manager for the UH-72A Lakota aircraft and would be the recipient customer of the services sought. The customer's fleet will contain approximately 478 UH-72 Lakota aircraft (civil equivalent, BK-117/EC-145). ES are utilized to modify/modernize the UH-72 fleet to meet various Army requirements. REQUIRED CAPABILITIES The Contractor shall provide ES for modification/modernization of the Army's UH-72 fleet.� Included are system engineering functions for total system integration or product engineering required throughout the program lifecycle. Tasks include special studies and investigations, initiation of design changes, reports and test support. In addition, it includes the design and fabrication of hardware or material necessary to support such activities, and the fielding/retrofit of the resultant engineering change in post-production aircraft.� All efforts must be Federal Aviation Administration (FAA) compliant, unless under the auspices of the U.S. Army's Aviation Engineering Directorate for unique military applications outside of the regulatory jurisdiction of the FAA.� If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, 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. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice�and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: ���� Berry Amendment ���� Service Contract Act ���� Government Furnished Property plan ELIGIBILITY The applicable North American Industry Classification System code for this requirement is 541330 with a Small Business Size Standard of $38.5M. The Product Service Code is K015. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) The Army does not own the Technical Data Package (TDP) for this aircraft. The TDP is held by Airbus Helicopters, Inc.� Interested offerors responding to this survey must be able to demonstrate if they have access to the TDP or how the requirements can be accomplished without having this data available and without incurring significant additional costs.� Interested parties are requested to submit a capabilities statement of no more than 10 pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 4 January 2020. All responses under this Sources Sought Notice must be e-mailed to patluke.c.ragucci.civ@mail.mil. This documentation must address at a minimum the following items: 1.) Does your company currently have access to the Original Equipment Manufacturers' TDP? The Army does not own the TDP for this aircraft. The TDP is held by Airbus Helicopters, Inc. Interested offerors responding to this survey must be able to demonstrate if they have access to the TDP or how the requirements can be accomplished without having this data available and without incurring significant additional costs. 2.) What is your experience with Federal Aviation Regulation Part 43 maintenance operations and the development of Supplemental Type Certificates for Federal Aviation Regulation Part 27 aircraft as well as public use aircraft? 3.) What type of work has your company performed in the past in support of the same or similar requirement? 4.) Describe the major risks you foresee in executing an effort of this scope. What steps would you likely take to mitigate the risks? 5.) Is your company certified and equipped to handle classified materials, Controlled Cryptographic Items, and/or International Traffic in Arms Regulation documents, devices, and/or information? If so, please provide details. 6.) Can or has your company managed a task of this nature? If so, please provide details. 7.) Can or has your company managed a team of subcontractors before? If so, provide details. 8.) If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 9.) What specific technical skills does your company possess which ensure capability to perform the tasks? 10.) Are there any commercial business practices/terms and conditions unique to your industry/company? If so, please describe. 11.) Please note that under a Small-Business Set-Aside, in accordance with Federal Acquisition Regulation (FAR) 52.219-14, the small business prime must perform at least 50 percent of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50 percent of the tasking described for the base period as well as the option periods. 12.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Data Universal Numbering System number, etc. 13.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 14.) Include in your response your ability to meet the requirements of Defense Federal�Acquisition Regulation Supplement 252.204-7012, ""Safeguarding Covered Defense Information and Cyber Incident Reporting"".� The estimated period of performance may consist of a five year contract with performance commencing approximately January 2020. Specifics regarding the number of option periods will be provided in a solicitation, if issued.� The potential contract, if awarded, is anticipated to be executed using FAR Part 12 procedures and is anticipated to be Firm Fixed Price. Potential contractors must be able to substantiate commerciality in accordance with FAR definitions and procedures. �As such, potential offerors shall be prepared to demonstrate their provisioning of services of this type to commercial (non-federal Government) customers. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.� Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.� Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Patluke Ragucci, in either Microsoft Word or Portable Document Format, via email patluke.c.ragucci.civ@mail.mil. 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. No phone calls will be accepted. No phone or email solicitations with regards to the status of a potential RFP will be accepted prior to its release. 120676 All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f2599eb2f2284e8db1936ce1b9487c93/view)
 
Record
SN05521923-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.