SOURCES SOUGHT
16 -- NP2000 Modern Pump Housing kit
- Notice Date
- 2/24/2021 12:19:37 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00019-20-RFPREQ-PMA-231-0365
- Response Due
- 3/8/2021 2:00:00 PM
- Archive Date
- 03/23/2021
- Point of Contact
- Lyle Kralle, Phone: 3017570156, Lauren R Martz
- E-Mail Address
-
Lyle.kralle@navy.mil, lauren.martz@navy.mil
(Lyle.kralle@navy.mil, lauren.martz@navy.mil)
- Description
- Introduction: The Naval Air Warfare Center, Aircraft Division (NAWCAD) in support of PMA-231, is seeking sources to provide Modern Pump Housing (MPH) kits for installation on USN E-2C, E-2D,�and C-2 aircraft. Place of Performance: Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) TBD 100% 0% 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:� Collins Aerospace, formerly Hamilton Sundstrand/UTAS is the original designer and manufacturer of the NP2000, 54460, and 54H60 propeller systems. Collins Aerospace provides engineering services, logistics services and modification kits in support of these propeller systems. Collins Aerospace also provides technical assistance, flight test and evaluation support, sustaining engineering, and logistics/modification support. Additionally, the other services being acquired include component repair and repair development for the NP2000 propeller system. Eligibility:� The applicable NAICS code for this requirement is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1610. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. Requirement Description:� The supplies to be provided include modification kits for installation and Line Replaceable Units (LRU) in support of the NP2000 new modern pump housing propeller system and provide technical assistance, sustaining engineering, and logistics/modification support for the NP2000 new modern pump housing propeller system. The period of performance for this effort is one year plus four one year optional periods of performance, if and to the extent these options are exercised. � Required Capabilities:� Refer to the attached Statement of Work (SOW). The Government is unable to furnish technical data for the NP2000 propeller system to support a competitive acquisition. The attached SOW provides additional information about the required tasking.� It is requested that, in its response to the Sources Sought, a vendor identify whether it has the capability to perform under all of the tasking or only specific portions of it.� For each task area indicated, parties should demonstrate their capability.� � Submission Details: Interested businesses should submit a brief capabilities statement package (no more than 10 pages in length, single spaced and 12-point font minimum) demonstrating ability to perform the tasking. This document 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. Company�s ability to access NP2000 propeller system technical data required to incorporate the MPH on USN aircraft. Specific technical skills company possess which ensure capability to perform the tasks. Existing technical data licenses or agreements with the OEM for performance of NP2000 related tasking or provide documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to NP2000 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 Lyle Kralle at Lyle.kralle@navy.mil in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 5:00 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 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/3f40616c806a4285b913cdd7fcc9d44c/view)
- Place of Performance
- Address: Windsor Locks, CT 06096, USA
- Zip Code: 06096
- Country: USA
- Zip Code: 06096
- Record
- SN05926234-F 20210226/210224230120 (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 |