Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 30, 2020 SAM #6910
SOURCES SOUGHT

15 -- In Flight Trainer, E-3D Purchase

Notice Date
10/28/2020 11:46:22 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-RFPREQ-PMA-271-0062
 
Response Due
11/4/2020 12:00:00 PM
 
Archive Date
11/19/2020
 
Point of Contact
James M. Smith, Phone: 3017575255, Fax: 3017575284
 
E-Mail Address
James.M.Smth@navy.mil
(James.M.Smth@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1.� GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR). �The Navy E-6B Program Office (PMA-271) is seeking the procurement of a single Boeing 707-320 series aircraft to be used as an in-flight trainer for the E-6B program. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336411. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. 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. 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. 2.� BACKGROUND The E-6B is integral to U.S. nuclear command, control, and communications (C3) system, and provides assured capability for U.S. nuclear force execution. Currently, the U.S. Navy conducts all initial and recurring E-6B pilot training flight in E-6B mission aircraft. These training flights expose mission aircraft to significant unnecessary wear-and-tear and negatively impact E-6B readiness and availability. Moreover, lack of a dedicated training aircraft increases the time required to train qualified aircrews needed to execute the E-6B mission. The purchase of an in-flight trainer aircraft will result in the reduction of 600 flight hours and 2400 landings/cycles per year from the E-6B mission aircraft. 3.� INFORMATION REQUESTED NAVAIR is conducting market research to identify the availability of a suitable aircraft to be used as a trainer for the E-6B mission aircraft. In order to be considered suitable, the aircraft would need to be a Boeing 707-320 type aircraft. The aircraft needs to be fitted with CFM-56 engines, capable of in-flight refueling using the USAF boom refueling method, and have sufficient service life (hours and cycles) remaining in order to remain in service through 2038. The planned usage for the trainer aircraft is 600 hours and 2400 landing/cycles per year. As a standard for determining fatigue life remaining, we will assess possible aircraft using the Federal Aviation Administration�s (FAA) Limit of Validity (LOV).� The LOV for the 707 has been set by the FAA at 20,000 cycles.�If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance.� Please do not include company brochures or other marketing type information.� Include the following: 3.1� Corporate Information a.� Company's name and address. b.� Company's point of contact including email address and phone number. c.� Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. d.� General corporate information. 3.2� Specific Sources Sought Information Requested a.� Proposed approach to meet the Government's complete requirements described in paragraphs 1 and 2 above b.� Potential teaming arrangements. c.� Related past performance within the past five years. d.� Experience executing, replenishing components, parts, and materials for maintenance actions within the past five years. 3.3� Specific Commercial Information Requested a.� Are any of these items/services Commercial Items per FAR 2.101(b)?� �YES�� �NO b.� If YES to #3.3a above are these items available is a PUBLISHED Catalog/Price List?� �YES�� �NO c.� If YES to #3.3b above can you supply us with a copy of your Price List?� �YES�� �NO d.� If NO to #3.3a above � if these items are not currently in the commercial market place, will these items be available in the commercial market place in time to satisfy the government�s delivery requirements on this project?�� �YES�� �NO e.� If YES to #3.3a above can you provide UNREDACTED commercial sales history, listing in catalogs or brochures, known established price list to commercial market place, availability or announcement to the general public?�� �YES�� �NO f.� The Government, and the Government only, must determine not only if an item is commercial but also if the commercial prices are fair and reasonable.� This is usually accomplished through proof that commercial market forces have driven the setting of the commercial price.� Such proof would describe the commercial market acceptance of the price or, more plainly, invoices proving that the item has been sold commercially at like prices, for like quantities.� Is your company willing and able to provide such proof, if the government determines it is needed to verify price reasonbleness?�� �YES�� �NO 4. RESPONSES All� inquiries regarding this Sources Sought shall be addressed to Shanon.Sheffield@navy.mil Email all information in response to this sources sought to Shanon.Sheffield@navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3c0c3bbbe05d4c9391e75ebbc2e65cdb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05840442-F 20201030/201028230152 (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.