Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 25, 2021 SAM #7207
SOLICITATION NOTICE

16 -- Performance Based Logistics Contract in Support of H-53 Components - MODIFICATION

Notice Date
8/23/2021 12:46:28 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
N0038321Y3252-MODIFICATION
 
Response Due
9/7/2021 2:00:00 PM
 
Archive Date
09/22/2021
 
Point of Contact
Melissa Fisher, Phone: 2156975844
 
E-Mail Address
MELISSA.FISHER@NAVY.MIL
(MELISSA.FISHER@NAVY.MIL)
 
Description
NAVSUP Weapon System Support plans to award a seven-year Performance Based Logistics (PBL) contract for 207�H-53 components listed below to Sikorsky Aircraft (Cage Code 78286) in Stratford, Connecticut in December 2022.� Under the proposed contract, the contractor will stock, warehouse, repair, modify, overhaul, strip and rebuild, remanufacture and/or replace, store and provide for shipment Ready-for-Issue (RFI) condition assets within negotiated supply response times.� The PBL contract will require an integrated product life cycle approach whereby the contractor assumes responsibility for many management and support functions related to the PBL such as engineering and logistics support.� Sikorsky will be required to meet established supply response times through Weapons Replaceable Unit (WRA)/Shop Repairable Unit (SRA) repair and replacement, reliability oversight, and inventory, configuration and obsolescence management.� The proposed contract will also measure the achievement of Ready Basic Aircraft performance metric improvements. The contractor will be required to partner with various organic depots such as FRC-E (Cherry Point) in accordance with Title 10 United States Code requirements and to renew and/or execute new Commercial Services Agreements and/or Public-Private Cooperative Agreements. The maximum period of performance for this effort will not exceed 7 years.� Justification for Sole Source Acquisition: the statutory authority applicable to permit other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii) and (iii) with only responsible source and no other supplies and services will satisfy agency requirements.� Sikorsky, Cage Code 78286, is the Original Equipment Manufacturer (OEM) for the Navy H-53 components to be covered under this PBL contract.� Sikorsky is the only source with the engineering expertise and technical data necessary to perform essential PBL tasks such as repair, resolution of obsolescence issues, sustainment of reliability, and management of configuration of the Navy�s Critical Safety Item/Critical Application Item WRAs/SRAs covered by the contemplated procurement.� Further, only Sikorsky owns the necessary design, configuration, manufacturing, production, and process data required to implement the necessary reliability sustainment/improvements.� In addition, only Sikorsky has access to the original design data/OEM intellectual property.� One or more of the items under this acquisition is subject to the Free Trade Agreements Act and/or the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Even though the requirement has been designated sole source, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. �For any questions concerning this notice, contact the PCO, Melissa Fisher, at Melissa.Fisher@navy.mil. The subject items require Government source approval prior to contract award, as the items are Aviation Critical Safety Items (CSI)/Critical Application Items (CAI)/Flight Safety Critical Aircraft Parts and/or the technical data available has not been determined adequate to support repair via full and open competition.� Only the source previously approved by the Government for repair of these items will be solicited.� The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source.� If you are not an approved source, you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair.� This brochure identifies technical data required to be submitted based on your company's experience in repair of the same or similar items. This brochure can be obtained at: https://www.navsup.navy.mil/public/navsup/wss/business_opps/ If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval.� Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation.� Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs.� Subcontracting Opportunities: All businesses interested in subcontracting opportunities should contact Sikorsky Aircraft.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/43dd10cefc634f88bf1f60004aee8026/view)
 
Place of Performance
Address: Stratford, CT 06614, USA
Zip Code: 06614
Country: USA
 
Record
SN06107085-F 20210825/210823230122 (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.