Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2021 SAM #7102
SOURCES SOUGHT

J -- V-22 AE1107C Engine Marine Helicopter Squadron One (HMX-1) Fleet Support Representative (FSR)

Notice Date
5/10/2021 12:18:45 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-R-0072
 
Response Due
5/27/2021 9:00:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
Denise A Pearch, Phone: 3017575925, Samantha Evans, Phone: 3017576603
 
E-Mail Address
denise.pearch@navy.mil, samantha.n.evans@navy.mil
(denise.pearch@navy.mil, samantha.n.evans@navy.mil)
 
Description
1.0������ Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking sources to provide the Marine Helicopter Squadron One (HMX-1) AE1107C Engine Fleet Support Representative (FSR) for the V-22 aircraft. This announcement constitutes a Sources Sought Synopsis. �This is NOT a Request for Proposals. �The following information is provided to assist the United States Navy in conducting Market Research to determine potential contractors that have an interest in providing the Marine Helicopter Squadron One (HMX-1) V-22 aircraft AE1107C Engine Fleet Support Representative (FSR). These requirements are subject to change and the information provided below is for informational purposes only.� The final requirement will be defined under a formal Request for Proposal (RFP). 2.0������ Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE AN RFP OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0������ Background HMX-1 is the United States Marine Corps (USMC) helicopter squadron responsible for the transportation of the President of the United States, Vice President, Cabinet members, and other VIPs. The effort is currently being performed under contract N00019-17-C-0065. Rolls-Royce Corporation (RRC) North American Technologies, is the incumbent FSR provider and RRC is the AE1107C Original Equipment Manufacturer (OEM). The FSR will be performed at Marine Corps Air Facility (MCAF) Quantico, Virginia, and deploy with HMX-1 as directed to support mission requirements. The requested information is to assist the Government in conducting market research to determine potential business sources who have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the below requirement.� The Government does not possess a complete technical data package for the AE1107C Engine. Respondents will need to provide OEM licensing agreements (complete and unredacted) authorizing access to technical and engineering data/resources needed to fulfill the requirement herein. Timeframe to meet the Government�s need for FSR to HMX-1 is anticipated November 2021. The objective of the HMX-1 V-22 aircraft AE1107C Engine FSR is to procure but are not limited to, (1) technical assistance to O-Level maintenance personnel in support of AE1107C engines/Line Replaceable Units (LRUs)/components, (2) provide liaison with OEM plant engineering and V-22 Fleet Support Team, (3) deliver on-site training to Department of Defense (DoD) military and civilian personnel on maintenance and trouble-shooting, bench check, routine maintenance, inspection, and repair of the AE1107C engine to include associated equipment, special tools, and test equipment, (4) assist in determining when the AE1107C engine/LRU/component should be removed and replaced/repaired, and (5) FSR representatives require FAA and/or OEM certifications and authority to perform the maintenance actions.� 4.0 ����� Eligibility The applicable NAICS code is 336411 with a Small Business Size standard of 1,000 employees.� The Product Service Code (PSC) is J028. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0������ Requested Information Interested parties must first submit a Letter of Intent (LOI) with supporting documentation required to obtain authorization to receive Government Furnished Information (GFI) associated with this effort.� GFI will be provided to interested sources upon authorization (Paragraph 5.0).� The LOI shall include the following information to verify credentials (do not submit classified information): An UNCLASSIFIED description of the respondent�s general capabilities to support this effort to include, the facility clearance for the CAGE code. CAGE code, DUNS Number, and mailing address Business size.� Indicate whether Contractor is 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.� POC information and mailing address to receive the GFI package POC to receive additional information or clarification POC for non-disclosure agreements (NDA) Signed GFI NDA Blank Copies of Respondent�s NDA to give to an NDA Negotiation POC if that is so desired (see Paragraph 5.0 Data Markings for more details) Describe Contractor�s ability to manage and secure classified information After receipt of the GFI, NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with capability summary, which contains a detailed description of capabilities to perform AE1107C engine FSR specific to the HMX-1 V-22 aircraft.� Each capability summary should include at a minimum: Description of Contractor�s approach to satisfy the GFI requirements and to provide AE1107C engine FSR specific to the HMX-1 V-22 aircraft. Description of the Contractor�s experience with performing this type of effort on the AE1107C Engine.� Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. 6.0 ����� Responses Data Markings.� In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data�Noncommercial Items (FEB 2014).� Any responses marked in a manner that will not permit such review may be returned without being assessed or considered.� All submissions (both the LOI and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR).� If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Letter of Intent (LOI).� Responding parties must submit an unclassified LOI, not to exceed six single-spaced pages to Ms. Denise Pearch at denise.pearch@navy.mil no later than 4:00 PM Eastern Daylight Time (EDT) 28 May 2021. The LOI shall include the following information to verify credentials (do not submit classified information): Record of Receipt.� Responding parties must submit a record of receipt of the GFI package to Ms. Denise Pearch at denise.pearch@navy.mil within two calendar days. Full Response Submissions.� Full response submissions to the above requested supporting data must be received no later than 15 calendar after receipt of GFI package to the following address � denise.pearch@navy.mil It is requested that the response have a page limit of 25 pages, and must be in English.� Classified information or material SHALL NOT be submitted. 7.0������ Questions Questions regarding this sources sought can be directed to Ms. Denise Pearch at denise.pearch@navy.mil. 8.0 ����� Summary 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fc6af6368bcf476a9af3fa9b3820e5a3/view)
 
Place of Performance
Address: Quantico, VA, USA
Country: USA
 
Record
SN05997219-F 20210512/210511201423 (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.