Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2022 SAM #7506
SOURCES SOUGHT

R -- Engineering and Data Support Services for the Fixed Wing Project Office Managed Beechcraft and Cessna Commercial Derivative Aircraft Fleets

Notice Date
6/17/2022 1:26:02 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-20MAY2022
 
Response Due
6/21/2022 2:00:00 PM
 
Point of Contact
Clarissa E. Cooney, Contracting Officer, Phone: 256-842-4757, Frankie Claborn, Phone: 256-763-2165
 
E-Mail Address
clarissa.e.cooney.civ@army.mil, frankie.l.claborn.civ@army.mil
(clarissa.e.cooney.civ@army.mil, frankie.l.claborn.civ@army.mil)
 
Description
**Deadline extended to 21 June 2022... initial deadline 20 June 2022 is a holiday** **10 June 2022: One (1) industry question and answer has been attached to this Sources Sought Announcement** This is a Sources Sought Announcement for market survey purposes only. This is not a solicitation for proposals.� No contract shall be awarded, nor will reimbursement be made for any costs associated with providing information, in response to this announcement.� The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a requirement to provide engineering and data support services. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualification of businesses to compete and perform a fixed price type contract. This announcement supports the Federal Acquisition Regulation Part 10 Market Research requirement. 1. PROGRAM BACKGROUND The Fixed Wing Project Office (FWPO) manages the US Army fleet of Special Electronic Mission Aircraft (SEMA) and International & Transport Aircraft (ITA).� These aircraft perform a variety of missions from personnel movement to special equipment transportation and special electronic missions.� The FWPO is responsible for the acquisition, sustainment, and modification of commercial derivative aircraft to accomplish these missions.� 2. REQUIRED CAPABILITIES The contractor shall provide analyses for commercial derivative aircraft based on Original Equipment Manufacturer (OEM) and original Type Certification (TC) data that will address specific technical needs for the FWPO managed Beechcraft and Cessna aircraft fleets.� The OEM/TC data required to respond to questions or conduct studies on these commercial derivative aircraft includes dynamic and static load analyses, manufacturing drawings, and specifications. The US Army does not own or have access to the Intellectual Property related to OEM design specifications and parameters required to accomplish these analyses.� The contractor shall provide engineering and data services to enable the Government to improve FWPO Beechcraft and Cessna commercial derivative aircraft system reliability, availability, maintainability, performance, airworthiness, interoperability, system safety, accident investigation, system improvements, engineering evaluations, failure analysis, parts obsolescence, technical publications, and logistics support.� � 3. ELIGIBILITY The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $35M per year in annual receipts. The Product Service Code is R425. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ������ Offeror's response to this announcement shall be limited to 5 pages in length in Times New Roman font of not less than 10 pitch and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address Offeror's interest in bidding on a solicitation when it is issued Offeror's CAGE Code, business size (if a small business, please indicate� whether HUBZone, Service-Disabled Veteran Owned Small Business, 8(a), etc.) Offeror's Joint Venture information, if applicable (existing and potential) Tailored capability statements addressing the particulars of this effort NOTE: Please do not submit marketing materials/brochures with the requested capabilities statement. The capabilities statement submitted in accordance with the instructions above is all that will be reviewed for purposes of this market research.��Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. All responses to this Sources Sought shall be electronically submitted to the Contract Specialist, Frankie Claborn and Contracting Officer, Clarissa Cooney in either Microsoft Word or Portable Document Format (PDF), via email to frankie.l.claborn.civ@army.mil and clarissa.e.cooney.civ@army.mil. Your written responses are required no later than 4:00pm CST on 20 June 2022. All questions and comments must be in writing (electronic email responses are acceptable), and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any items, nor does the US Army intend to award based on this request for sources sought or otherwise pay for the information solicited or any follow up information requests.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/662b1c145f0c4b02856764290e4d1dfd/view)
 
Place of Performance
Address: Wichita, KS 67215, USA
Zip Code: 67215
Country: USA
 
Record
SN06362778-F 20220619/220617230111 (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.