Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2021 SAM #7003
SOURCES SOUGHT

J -- Contractor Field Team to support Block 7.0/8.1 upgrade on KC-130J aircraft

Notice Date
1/29/2021 7:45:32 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-207-0609
 
Response Due
2/13/2021 11:00:00 AM
 
Archive Date
02/28/2021
 
Point of Contact
Monica L White, Shauna Fitzgerald
 
E-Mail Address
monica.white@navy.mil, shauna.fitzgerald@navy.mil
(monica.white@navy.mil, shauna.fitzgerald@navy.mil)
 
Description
1.� GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR).� The Navy KC-130J Program Office is seeking to procure Contractor Field Team (CFT) services to support the initial fielding, maintenance, and operation of the Block 7.0/8.1 avionics upgrade on KC-130J aircraft.� These services will also include troubleshooting Block 7.0/8.1 technical issues on-wing and training USMC personnel on the Block 7.0/8.1 avionics system. 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.� Only interested firms who believe they are capable of providing the services noted above and can meet these severable requirements are invited to respond to this notice.� The Government will not reimburse participants for any expenses associated with their participation in this survey. 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 NAVAIR KC-130J program currently provides support for 57 KC-130J USMC aircraft.� These aircraft currently have the Block 6.5.3 Operational Flight Program (OFP) embedded mission computer software that performs the functions and sub-functions necessary for the aircraft to operate.� The USMC will begin fielding aircraft with the Block 7.0/8.1 OFP avionics upgrade starting with production aircraft in 2021 with seven aircraft to be delivered by the end of 2022.� Additional fielded aircraft will be retrofit to Block 7.0/8.1 configuration starting in 2021 with 15 total aircraft to be retrofit by the end of 2022.� The current USMC plan is to standup one complete squadron of Block 7.0/8.1 aircraft at a time starting with VMGR-252 at Cherry Point, NC in 2021 and following with VMGR-352 at Miramar, CA in late 2022 or early 2023.� The remaining Active and Reserves squadrons will follow.� 3.� INFORMATION REQUESTED NAVAIR is conducting market research to identify industry partners that can provide the Contractor Field Team services identified above. Potential contractors are requested to provide information on current services, relevant history, evidence of past performance, access to original equipment manufacturer (OEM) technical manuals and data, and capability of supporting in-full, the functions and services identified herein. Interested contractors shall submit their technical capabilities describing how they are able to meet the Government's complete requirements for the Contractor Field Team support described in paragraphs 1 and 2 above. Please submit electronic copy via DOD SAFE your response in an executive summary format not to exceed 20 pages. 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. All responses must be submitted electronically through https://safe.apps.mil and individual files shall not exceed 1GB. Note: DoD SAFE restricts the maximum submission to a total of 8 GB of data and 25 individual files. In the Comments box put the following information: Company�s name, Sources Sought number, POC, Backup POC. If files are encrypted for submission, the Company POC shall send an email with the �passphrase� to the Contract Specialists (CS), specified below. The following labeling instructions apply to the ""description"" box of each transmission: Each transfer shall provide the Sources Sought number (5), the Company name and address, and the point of contact's name and phone number. Verification of timely submission will be the DoD SAFE generated email notification of file transfer. The government will provide confirmation of receipt to the sender. Creating a DoD SAFE Drop-off For �Common Access Card (CAC) Authenticated Users� Create a �drop-off� with CS as the recipients For �Outside or Non-CAC Authenticated Users� Parties interested in submitting a response to the Sources Sought must notify the CS to request a drop-off. �It is recommended that this request be submitted at least 10 working days in advance of the date and time specified in Sources Sought response date, to ensure adequate time to process the request. When the CS generates a drop-off request for you, the Respondent will receive an email with a link to submit its drop-off. �This link is valid for 14 days, for a one-time submission. �The submission must be sent to both CS. Note: DoD SAFE restricts the maximum file submission up to 8 GB or 25 individual files. If the Offeror anticipates multiple submissions could be necessary, the number of links required should be specified in the request. Provide a detailed capabilities statement asserting their capabilities in providing the products and services described in this notice, include the following: 3.1� Corporate Information Company's name and address. Company's point of contact including email address and phone number. Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. General corporate information. 3.2� Specific Sources Sought Information Requested Proposed approach to meet the Government's complete requirements for support activities described in paragraphs 1 and 2 above. Related current and past performance within the past five years. Experience with the NAVAIRINST 4790.2C Naval Aviation Maintenance Plan. Access to current KC-130J technical manuals and OEM source data. Access to Block 7.0/8.1 technical manuals and data. Experience with Block 7.0/8.1 operations, troubleshooting, and maintenance on KC-130J aircraft. Experience in providing Contractor Field Team support at customer sites within the past five years. Experience conducting on-site classroom and hands-on-training for Block 7.0/8.1 operation, maintenance and safety proficiency. �� 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 reasonableness?�� �YES�� �NO 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Monica White, the Contract Specialist. Email all information in response to this sources sought to Ms Monica White monica.white@navy.mil and Ms. Shauna Fitzgerald at shauna.fitzgerald@navy.mil.� Responses are due 2:00pm Eastern Daylight Time, 13 February 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6d8c2c3ebc3c4b8288c6225c3655c5af/view)
 
Place of Performance
Address: Cherry Point, NC, USA
Country: USA
 
Record
SN05904096-F 20210131/210129230104 (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.