SOURCES SOUGHT
16 -- H-1 Rotor Brake Modification Kits
- Notice Date
- 5/3/2022 11:28:14 AM
- 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
- N00019-22-RFPREQ-APM276-0164(Rotor_Brake_Kits)
- Response Due
- 6/2/2022 2:00:00 PM
- Point of Contact
- Esther L. Ngounou, Phone: 2405261316, Jeanette Moronta (PCO), Phone: 3019952821
- E-Mail Address
-
esther.l.ngounou.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil
(esther.l.ngounou.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil)
- Description
- Disclaimer THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This request for information 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 RFI.� All costs associated with responding to this RFI will be solely at the expense of interested party.� Not responding to this RFI does not preclude participation in any future RFP, if issued.� If a solicitation is released, it will be synopsized on the SAM.GOV website at HTTPS://SAM.GOV.� It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement.� INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT.� � Introduction The Naval Air Systems Command (NAVAIR) PMA-276, H-1 Program has a requirement to procure the Rotor Brake modification assembly kits for the UH-1Y and AH-1Z aircraft. The objective of this proposed contract action is to procure approximately (284) Rotor Brake Modification kits to support a retrofit of the Program of Record (POR) of (158) AH-1Z and (126) UH-1Y aircrafts. Deliverables under this contract shall be comprised of retrofit hardware shipsets, which include two (2) rotor brake kits (one for the left side/one for the right), consumable hardware kit and a hydraulic lines kit. NAVAIR does not possess the Bell Methodologies and Process Specification data rights for the Main Rotor Gear Box (MRGB) necessary to compete this effort. Access to the MRGB is necessary to test, qualify, and validate the Rotor Brake modification kits.� Based on this information, if NAVAIR proceeds forward with this effort, a sole source contract with Bell Textron Inc. is anticipated. Background The current AH-1Z and UH-1Y Rotor Brake System fielded in the fleet is under designed for the loads realized on the AH-1Z and UH-1Y rotor system and requires frequent replacement of the various components.� These excessive maintenance actions allow moisture-laden air to enter the MRGB leading to corrosion; in addition to contributing to the spallation and fretting of Rotor Brake System components, which can lead to a catastrophic failure.� Bell is currently on contract and executing a Rotor Brake Modification redesign program; designing and qualifying the common rotor brake assembly kit and hydraulic kit, that will reduce the number of maintenance actions and improve the reliability of the Main Rotor Gear Box (MRGB). Anticipated Period of Performance This contract action will be a five-year Indefinite Delivery/Indefinite Quantity (IDIQ) to procure the modification kits with pricing bands for quantities up to 50, and is intended to satisfy Government requirements for FY23 through FY27.� The anticipated award date is July 2023. Contract Type The contract type for this requirement is anticipated to be Fixed-Fixed Price. Eligibility 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 (PSC) most appropriate for this contract is 1630- Aircraft Wheel and Brake Systems. All interested businesses are encouraged to respond. Submission Details Interested businesses/parties should submit a brief capabilities statement (not to exceed 20 pages) demonstrating their ability to provide the requirements listed in this sources sought and any additional system capabilities.� The capabilities statement should include, but not limited to the following: Company profile to include Small Business Administration (SBA) business size classification, number of employees, Cage Code, Unique Entity Identifier (UEI), NAICS Code information, and URL. Whether the company is a manufacturer or a distributor; a point of contact for follow-up information (phone number and email address) Product name and information to include: data clearly defining system components and functions, minimum top level interface requirements, system total weight, demonstration of TRL-9 maturity, system flight qualification verification and test results, quantities and points of contact for any currently fielded systems and information on how long systems have been fielded; Please indicate the level of training and user support that is available; Lead time for ordering and delivery Methodologies of addressing obsolescence and any product risks. If a commercial product, provide commerciality justification. Indicate if any constituent components are from a foreign vendor or require foreign maintenance. Describe maintenance philosophy, options and repair turnaround time. Indicate if any data to support integration and maintenance is other than unlimited or Government purpose rights A description of the potential contractor's past experience and performance in the design, and qualification of Rotor Brake assembly kits applicable to the UH-1Y and AH-1Z aircraft. This documentation shall address and demonstrate the following: Rotor Brake designs that are currently in production A description of the vendor�s quality control/quality assurance practices A description of the potential contractor's capability to expand to new product lines, specifically, maximum expected quarterly output of Rotor brake assembly kits. A detailed description of the proposed construction, materials and procedures used in manufacturing and use of Rotor Brake assembly kits. A description of notional programmatic information including top level schedules and Rough Order of Magnitude (ROM) costs necessary to achieve the program, task, and technical objectives of this notice; provide ROM costs by fiscal year. Any other technical information the company deems necessary to aid the Government in making an informed assessment such as: resources available, corporate management, facilities and manning to be assigned to the project, design and systems engineering, design verification, first article and qualification testing, planning, coordinating and conducting tests to prove system performance, systems integration, systems manufacturing, and delivering hardware. Classified information shall not be submitted. Other comments and suggestions regarding the Government's course of action and/or alternatives you may offer are encouraged and appreciated. Interested businesses shall submit responses no later than June 02 2022, 5:00 PM (EST) by email to Esther Ngounou at esther.l.ngounou.civ@us.navy.mil or Jeanette Moronta at Jeanette.p.moronta.civ@us.navy.mil. THIS RFI 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://sam.gov/opp/6a684e084db14dc4a0d46be17e099d56/view)
- Record
- SN06316212-F 20220505/220503230111 (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 |