Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOURCES SOUGHT

15 -- CH-53K LRIP Lots 7/8

Notice Date
10/16/2020 6:37:14 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
CH-53K-20-0047LRIP7-8
 
Response Due
10/31/2020 1:00:00 PM
 
Archive Date
11/15/2020
 
Point of Contact
Mark Tewell, Phone: 3013424612, Garrett W. Douglass, Phone: 3017575134
 
E-Mail Address
Mark.Tewell@navy.mil, garrett.douglass@navy.mil
(Mark.Tewell@navy.mil, garrett.douglass@navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 H-53 Heavy Lift Helicopters Program Office, is seeking sources to provide fabrication, assembly and delivery of CH-53K Full Rate Production (FRP) Lots 7 & 8 aircraft with associated program management, engineering, logistics support, and recurring and nonrecurring efforts for up to thirty (30) aircraft or additional quantities for these lots as authorized by Congress.. PLACE OF PERFORMANCE Place of Performance - TBD Percentage of Effort - 100% Government (On-Site) - 0% Contractor (Off-Site) - 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES AND/OR SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. 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. THE GOVERNMENT IS NEITHER 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The CH-53K program (formerly known as the Heavy Lift Replacement (HLR) Program) will replace the existing CH-53E platform as the primary heavy-lift, rotary wing aircraft for the United States Marine Corps with a mission to provide combat assault transport of heavy weapons, equipment, supplies, and troops. Sikorsky Aircraft Corporation, a Lockheed Martin Company, has been the sole designer, developer and manufacturer of the CH-53K weapon system. Sikorsky was awarded the Systems Development and Demonstration (SDD) contract in 2006. In addition, Sikorsky was awarded modifications to the SDD contract for four (4) System Demonstration Test Article aircraft in 2013. A follow-on modification to the SDD contract for an additional quantity of two (2) SDTA aircraft was awarded in September 2016. The Low Rate Initial Production Lot 1 contract for two (2) aircraft was awarded August 2017. The LRIP Lot 2 and Lot 3 contract for twelve (12) aircraft was awarded May 2019. LRIP Lot 4 Long Lead Items were awarded in August 2019, with the Lot 4 contract for six (6) aircraft expected to award in October 2020. Sikorsky is also the Original Equipment Manufacturer (OEM) of the legacy H-53 fleet. ELIGIBILITY The applicable NAICS code is 336411 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1520. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ANTICPATED PERIOD OF PERFORMANCE Each lot will have an anticipated 36-month period of performance with coverage expected to begin in Fiscal Year 2023. ANTICIPATED CONTRACT TYPE This will be a stand-alone contract that may contain fixed price and cost-type Contract Line Item Numbers (CLINs). REQUIRED CAPABILITIES The requirements under this effort are to perform fabrication, assembly and delivery of CH-53K Full Rate Production (FRP) Lots 7 & 8 aircraft with associated program management, engineering, logistics support, and recurring and nonrecurring efforts for up to thirty (30) aircraft. The Government is unable to furnish technical data for CH-53K aircraft necessary to support a competitive acquisition. In order to perform these tasks, respondents must have the following capabilities: Demonstrated knowledge of CH-53K loads and dynamics, weight and balance, electrical, avionics, flight control, and hydraulic systems, human systems, performance analysis, system safety, and Electromagnetic Environmental Effects (E3) to provide adequate analysis in support of the flight clearance process for production aircraft. Demonstrated knowledge and ability to fabricate, assemble and deliver the CH-53K helicopter. Access to CH-53K technical data required to fabricate, assemble and deliver the aircraft. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 12 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under �Required Capabilities within the last three years, including contract numbers, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to those tasks. Management approach to staffing this effort with qualified personnel. Company�s prior/current experience and demonstrated knowledge of CH-53K loads and dynamics, weight and balance, electrical, flight control and hydraulic systems, human systems, performance analysis, system safety, and E3 to provide adequate analysis in support of the flight clearance process for production aircraft. Company�s ability to access to CH-53K technical data required to fabricate, assemble and deliver the aircraft. Specific technical skills company possess which ensure capability to perform the tasks. Existing technical data licenses or agreements with the CH-53K OEM for performance of CH-53K related tasking or provide documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to CH-53K technical data for this effort. Documents submitted in response to this requirement will not be counted against any page limitations. If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the tasking described in required capabilities, either individually or with any combination of small businesses. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. Indicate whether you are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Mark Tewell at mark.tewell@navy.mil or Garrett Douglass at garrett.douglass@navy.mil, in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 31 October 2020. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.� All questions must be submitted via e-mail. The Government is neither 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/76774949db724e76ae5f43deda78730b/view)
 
Place of Performance
Address: Stratford, CT 06615, USA
Zip Code: 06615
Country: USA
 
Record
SN05829912-F 20201018/201016230137 (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  © 1994-2020, Loren Data Corp.