Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2021 SAM #7013
SOURCES SOUGHT

15 -- Sources Sought for the Class Justification and Approval for the Presidential Helicopter Program

Notice Date
2/8/2021 3:02:39 PM
 
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
VH-92-SACBOA-SS001
 
Response Due
3/8/2021 1:00:00 PM
 
Archive Date
03/23/2021
 
Point of Contact
Kelly S Chism, Phone: 3017575283, Christopher A Rawlings, Phone: 3017571255
 
E-Mail Address
kelly.chism@navy.mil, Christopher.Rawlings@navy.mil
(kelly.chism@navy.mil, Christopher.Rawlings@navy.mil)
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-274 Presidential Helicopter Program Office, is seeking sources to provide ongoing production and retrofit integration, Engineering Change Proposals (ECPs), reliability/sustainability improvements, and continued improvements of the VH-92A� aircraft, simulators and trainers. 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/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 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. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Sikorsky Aircraft Corporation, a Lockheed Martin Company, has been the sole designer, developer, integrator, and manufacture of VH-92A helicopter since 2014 as a result of a full and open competition.� In order to support on-going production and retrofit integration, ECPs, reliability improvements, Federal Aviation administration (FAA) airworthiness certification, and logistics product support for VH-92A aircraft, simulators and trainers, the Program Office has utilized Basic Ordering Agreements with Sikorsky. �The Program is seeking to issue orders under an existing Lockheed Martin Corporate Basic Ordering Agreement (BOA) as well as a follow on BOA with Lockheed Martin/Sikorsky; however, the Government will consider responses for the purpose of determining whether to conduct a competitive procurement for all or parts of the planned tasking.� The requested information herein is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to original design technical data, and knowledge required to support the requirement.� Given the VH-92A is a FAA Type Certified variant of the commercially available Sikorsky designed FAA Type Certified S-92A, the Government does not possess a complete technical data package for the aircraft to provide for the efforts described herein. ELIGIBILITY The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ANTICPATED PERIOD OF PERFORMANCE There will be a five-year period of performance with coverage to begin approximately August 2021. ANTICIPATED CONTRACT TYPE Basic Ordering Agreement with orders that may contain fixed price, cost-type, and potentially Time and Materials (T&M) Contract Line Item Numbers (CLINs). REQUIRED CAPABILITIES The requirements under this effort are to provide technical and program management support, recurring and non-recurring engineering for ECPs, and logistics support including on-going production and retrofit efforts, in support of the VH-92A aircraft, simulators and training devices. Delivery orders may include: Development, manufacture of any production and retrofit kits and installation of engineering change proposals for upgrades. This includes, but is not limited to, associated non-recurring engineering, systems engineering, integrated logistics support, production support, prototyping, validation and verification of changes, development/ validation/ verification of technical publications/ manuals/ changes/ directives, associated logistics impacts, testing of retrofit safety and test equipment changes to include instrumentation, spare and repair parts for aircraft, subsystems, training simulators/devices, support equipment and related software efforts. Development, manufacture, installation, test and updates of training devices such as Flight Training Devices (FTDs), Simulated Emulation Maintenance Trainer (SEMT) and Maintenance Training Device (MTD) Instructor Operation System (IOS), to include all engineering and upgrades to compliment Production Aircraft. Airworthiness and requalification efforts, certification support updates to the S-92A Type Certification (TC), FAA Organizational Delegated Authority coordination to obtain approval for the updated S-92A TCs including, but not limited to, creating certification plans, change impact assessment (CIA) reviews, and testing identified below. Software development and infrastructure support related to systems and subsystems originally developed and integrated by Sikorsky, including, but not limited to, avionics and air vehicle management systems upgrades, training simulator/device concurrency and modernization upgrades, avionics support and hardware upgrades to implement software updates. Testing, including but not limited to, bench testing, avionics system testing, training systems testing, qualification testing, characterization testing, airworthiness, ground and fatigue engineering, modeling and simulation, wind tunnel, ground and flight testing, data reduction and analysis of flight test data, technical publication source data, flight clearance recommendation and tactics development, and related test support for aircraft and subsystems. Obsolescence management efforts for aircraft and training systems, including, but not limited to, obsolescence trade studies, diminishing manufacturing sources, obsolescence component testing and bridge or life-of-type buys. Support to fielded in-service aircraft including, but not limited to, engineering investigations, service life assessment support, service life extension support, �development/update/expansion of technical publications/manuals and studies. Trade Studies, including, but not limited to, requirements analysis, certification planning, cost-effectiveness analysis, integration studies, system level performance objectives analysis, joint strategic planning and roadmap development, cost reduction studies and logistics support planning. 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 VH-92A loads and dynamics, weight and balance, electrical, flight control and hydraulic systems, human systems, performance analysis, diagnostics, system safety, and E3 to provide adequate analysis in support of the flight clearance process. Company�s prior/current experience and ability to analyze VH-92A enhancements to determine if they necessitate updates to any Airworthiness & Type Certification and/or NATOPS performance charts. Company�s prior/current experience and ability with the VH-92A Automated Logistics Environment. Company�s ability to access to VH-92A (to include S-92A) technical data required to design, develop, manufacture and integrate Navy & FAA major and minor ECPs and aircraft components for upgrades and obsolescence, production and retrofit kits. Company�s prior/current experience and ability to design, development and manufacture aircraft prototype parts. Company�s experience to operate a closed-loop supply chain system, ability to comply with Level III Restricted area security measures for the protection of the VH-92A program, have personnel to support Secret, Top Secret, and Yankee White access. What specific technical skills does your company possess which ensures capability to perform the tasks? Provide any existing technical data licenses of agreements with the VH-92A OEM for performance of related tasking or provided documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to required 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 along 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. Respondents to this notice must also indicate whether they 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 Kelly Chism at Kelly.chism@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, 8 March 2021. 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 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 these Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5964992c8564ca2afeb475e14201fe6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05911430-F 20210210/210208230112 (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.