Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2023 SAM #8055
SOURCES SOUGHT

R -- AT-6E and T-6A/B Post-Production Engineering and Integrated Logistics Support

Notice Date
12/15/2023 8:59:31 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-24-RFPREQ-TPM273-0080
 
Response Due
1/3/2024 2:00:00 PM
 
Archive Date
01/18/2024
 
Point of Contact
Casey Bacon, Phone: 240-577-0010, Paul_Campbell
 
E-Mail Address
casey.a.bacon.civ@us.navy.mil, paul.b.campbell4.civ@us.navy.mil
(casey.a.bacon.civ@us.navy.mil, paul.b.campbell4.civ@us.navy.mil)
 
Description
1. GENERAL� This sources sought is being issued by the Naval Air Warfare Center Aircraft Division (NAWCAD). The Naval Undergraduate Flight Training Systems, PMA-273, located at Naval Air Systems Command (NAVAIR), Patuxent River, MD, is seeking to procure post-production engineering and integrated logistics support (ILS) for the AT-6E and the T-6A/B aircraft. The effort will include program management, engineering and logistical support and analysis to meet the sustainment needs for the aircraft, aircraft subsystems, support equipment, ancillary equipment, emergent operational aircraft issues, modifications, repair and supply.� Textron Aviation Defense is the Original Equipment Manufacturer (OEM) of both the T-6A/B and the AT-6E aircraft.� This sources sought is being used as a market research tool pursuant to the Federal Acquisition Regulations (FAR) Part 10 to determine the potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who believe that they are capable of providing the supplies and services above and can meet the requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey.�� DISCLAIMER� 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.�� 2. REQUIRED CAPABILTIES� NAWCAD is conducting market research to identify industry partners that have the skills and experience required to provide the engineering and ILS support for the AT-6E and the T-6A/B aircraft as identified above. The interested party shall be capable of providing:�� a. Engineering, Technical and Logistics support related to Navy queries involving areas such as MISHAP investigations Engineering Investigations (EIs), Bulletins, Interim Technical Directives and other technical/logistics support.� b. Studies, analysis, design, test, and reports associated with modernization and obsolescence activities.� c. Class I Engineering Change Proposals (ECPs) and engineering drawings associated with the development and integration of new and modified hardware and software into the AT-6E and T-6A/B aircraft.� d. Prototype and validation hardware for testing, flight test and engineering validations.� The Government does not own the Technical Data Package (TDP) for this work. The interested party must be able to demonstrate its ability to obtain the required OEM TDP to perform the work.� 3. ADDITIONAL INFORMATION AND SUBMISSION DETAILS� Interested parties are required to demonstrate that they have the ability to provide the requirements listed above and shall submit capability statement packages of no more than ten (10) single-sided pages, font no smaller than 10 point. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside of the Government. Classified materials shall not be submitted. Any resulting contract is anticipated to have a security clearance of Controlled Unclassified at time of contract award for personnel and facilities clearances.� Please include the following in your response:�� 3.1. Corporate Information�� a. Company Name� b. Company Address� c. Company point of contact, including email address and phone number� d. Company website, if applicable� e. Company�s CAGE code� f. Company�s business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided� 3.2. Specific Sources Sought Information Requested� a. What type of work has your company performed in the past in support of the same or similar requirement?� b. Can or has your company managed a task of this nature? If so, please provide details.�� c. What specific technical skills does your company possess which ensures capability to perform the tasks?�� d. Does your company have the ability to obtain the necessary technical data to perform the Required Capabilities identified in paragraph 2 above?�� e. Respondents to this notice must also indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.�� f. Include in your response your ability to meet the requirements in Facility and Safeguarding requirements.� Responses shall be electronically submitted via email to the Contract Specialist, Ms. Casey Bacon at casey.a.bacon.civ@us.navy.mil with copies to the Contracting Officer, Mr. Paul Campbell at paul.b.campbell4.civ@us.navy.mil no later than 5:00pm ET on 3 January 2024 and shall reference: AT-6E and T-6A/B Post-Production Engineering and Integrated Logistics Support Sources Sought. Responses to this request may not be returned. � The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.�� All questions regarding this Sources Sought Notice must be submitted via email to Ms. Casey Bacon at casey.a.bacon.civ@us.navy.mil with copies to the Contracting Officer, Mr. Paul Campbell at paul.b.campbell4.civ@us.navy.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55e42fa4ba064a49820ac77142abbfd4/view)
 
Record
SN06914208-F 20231217/231215230044 (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.