Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

16 -- GGU-25 Retrofit A kits

Notice Date
4/7/2021 12:42:30 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
N00421-21-RFPREQ-PMA273-0573
 
Response Due
4/23/2021 1:00:00 PM
 
Archive Date
05/08/2021
 
Point of Contact
Jacob Heintze, Amy Timmermann
 
E-Mail Address
jacob.heintze@navy.mil, amy.c.timmermann@navy.mil
(jacob.heintze@navy.mil, amy.c.timmermann@navy.mil)
 
Description
Sources Sought for GGU-25 Retrofit A Kits This Sources Sought is not a Request for Proposal. It is a market research tool being used to determine the adequacy of potential business sources, especially small business sources, prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the United States Navy in conducting Market Research of industry to determine potential business sources who have the assets, skills, experience, qualifications and knowledge required to support the below requirement. This requirement is subject to change and the information provided herein is for informational purposes only. The final requirement, if any, would be defined under a formal RFP and announced on beta.SAM.gov. At this time, no official solicitation documents exist. This Sources Sought announcement is not a contract, a RFP, a promise to contract, or a commitment of any kind. The US Government will not assume liability for costs incurred by any offer or for travel expenses, presentations, marketing efforts or data related to any data offered for examination. Therefore, the cost of preparing information in response to this notice is not considered an allowable direct or indirect charge to the Government. REQUIREMENT: The Naval Air Warfare Center Aircraft Division (NAWCAD), located at the Naval Air Station Patuxent River, MD has a requirement for the procurement of (184) GGU-25 Retrofit A Kits, spares, special tooling, support equipment, and engineering reachback support during installation (which includes the disposition resolution, Original Equipment Manufacturer (OEM) Reachback and on-site support during the depot installation) in support of T-45TS-ECP-5041NV. Place of Performance: USA The applicable North American Industry Classification System (NAICS) Code for this requirement is 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing .� The Product Service Code is 1680, which is for Miscellaneous Aircraft Accessories and Components.� �Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify its business size in its capabilities statement. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. It is requested that interested small and large businesses submit to the contracting office a capabilities statement package (no more than 20 pages size 8.5 x 11 inches in length, paginated, single-spaced, and 10-point font minimum). All responses shall include Company Name, Company Address, and at least two Points of Contact including name, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services as described in this synopsis. The capabilities statement shall address in detail, at a minimum, all items under Contractor Survey, Parts I, II and III. INSTRUCTIONS: 1. Below are the descriptions of the GGU-25 Retrofit A Kits requirements survey. 2. If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Additionally, please state in your submittal if you intend to submit as the prime Contractor or as a subcontractor (identify the prime Contractor with whom you will subcontract).� Please include intentions for small business utilization if your company is not classified as a small business. 3. Both large and small businesses, pursuant to the size status for NAICS Code 336413 (1,250 employees) are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. 4. Questions relative to this Sources Sought should be addressed to (Mr. Jacob Heintze, Jacob.Heintze@navy.mil) CONTRACTOR SURVEY: Part I: Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute Name: 2. Address: 3. Two Points of Contact: 4. CAGE Code: 5. Phone Number: 6. E-mail Address: 7. Web Page URL: 8. Size of business pursuant to NAICS Code: 336413. Based on the above NAICS Code, state whether your company is: a. Small Business (Yes / No) b. Woman Owned Small Business (Yes / No) c. Small Disadvantaged Business (Yes / No) d. Economically Disadvantaged Woman-Owned Small Business (Yes / No) e. 8(a) Certified (Yes / No) f. HUBZone Certified (Yes / No) g. Veteran-Owned Small Business (Yes / No) h. Service-Disabled Veteran-Owned Small Business (Yes / No) i. System for Award Management Registration (formerly CCR) registered? (Yes / No) 9. A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership). Part II: General Capability Answers to the below inquiries will be evaluated to determine capability and the likelihood that requirements can be executed based on capability and the chosen approach of respondents. � 1. Please describe your prior/current corporate experience and performance of requirements of this type, size, and complexity of effort within the last 5 years. � 2. Provide a summary of the company's capability to meet the requirements objectives and perform the efforts for a contract of this magnitude. 3. Describe your Company profile to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code(s), statement regarding current Small Business Administration (SBA) business size and socio-economic classification under (i.e., small, Small-Disadvantaged, Service-Disabled, Veteran-Owned, HUBZone, etc.), statement whether your interest in this effort is as a prime Offeror or to express interest regarding subcontracting possibilities, and contact information (telephone and email) for points of contact of those able to discuss the material submitted.� A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime Contractors must be capable of performing at least 50 percent of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime Contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. 4. Is your company capable of performing at least 50% of the cost of manufacturing the supplies, not including the cost of materials (IAW FAR clause 52.219-14 Limitations on Subcontracting) and do you intend to perform at least 50% of the work of the cost of manufacturing the supplies, not including the cost of materials as the prime offeror? Part III: Technical Approach 1. Describe the ability of your company to respond to the requirements in the Statement of Work (SOW). �Since the Government does not own data rights to T-45 aircraft, describe how you will provide support without Government-furnished technical data. 2.� The interested party must be able to demonstrate its ability to obtain the required Original Equipment Manufacturer (OEM) Technical Data Package (TDP) to perform this work :� Ability to obtain the technical data necessary to operate and sustain the existing PDA models ISO 9001:2000 Quality Management Systems � Requirements Upon evaluation of capabilities statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify subcontracting goals.� The acquisition strategy has not yet been determined. Market research results will assist the Navy in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. Your Capabilities Statement shall be submitted by email and received no later than 4pm Eastern Daylight Time (EDT) on 23 April 2021 and shall reference �GGU-25 Retrofit A Kits� on both the email and all enclosed documents to the Contract Specialist, (Mr. Jacob Heintze), in either Microsoft Word or Portable Document Format (PDF), via email at (Jacob.Heintze@navy.mil) with a copy to (Ms. Amy Timmermann) at (Amy.C.Timmermann@navy.mil). Information and materials submitted in response to this request WILL NOT be returned.� Classified material SHALL NOT be submitted. This request is for informational purposes only.� All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.� The Government does not intend, nor is it under any obligation, to provide responses or comments on the submitted capability statement package.� NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity.� Information on registration and annual confirmation requirements for SAM may be obtained by calling 866-606-8220, or by accessing the SAM website at https://www.sam.gov.� Also, should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://piee.eb.mil/piee-landing/, additional support concerning PIEE can be accessed by calling the NAVY PIEE Assistance Line 866-618-5988. All questions regarding this Sources Sought notice must be submitted via email to (Jacob.Heintze@navy.mil). �No questions will be accepted by phone. Government responses to submitted questions will be posted on beta.SAM.gov. ��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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f5fc332b5ad34a8192009919f8ed53e3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05965577-F 20210409/210407230118 (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.