Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2024 SAM #8215
SOURCES SOUGHT

R -- T-45 Post Production Engineering and Integrated Logistics Support

Notice Date
5/23/2024 12:48:00 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-24-RFPREQ-TPM273-0383
 
Response Due
6/6/2024 1:00:00 PM
 
Archive Date
06/21/2024
 
Point of Contact
Kathleen Dougherty, Phone: 2159625944, Allison Smith
 
E-Mail Address
kathleen.c.dougherty.civ@us.navy.mil, allison.n.smith.civ@us.navy.mil
(kathleen.c.dougherty.civ@us.navy.mil, allison.n.smith.civ@us.navy.mil)
 
Description
INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department, Patuxent River, MD, with Naval Undergraduate Flight Training Systems Program Office (PMA-273) has a requirement to procure engineering and Integrated Logistics Support (ILS) support for the Post Production Support (PPS) phase of the T-45 aircraft. �This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. Additionally, this sources sought is being used to gather constructive information from industry to improve the RFP. This follow-on effort will include technical support of aircraft and associated systems, subsystems, support equipment and ancillary equipment problems required to sustain the T-45. This is not subject to bundling or consolidation. Current work is being performed under N61340-19-D-0003 with the Boeing Company. The Boeing Company is the original designer, developer and manufacturer of the T-45 aircraft and its systems, as well as the owner of the Technical Data Package of the airframe required for this effort. For information regarding subcontracting possibilities, please contact The Boeing Company�s representative, Michael Palazzola, who can be reached via email at Michael.T.Palazzola@boeing.com. 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. ANTICIPATED CONTRACT TYPE This contract is intended to be awarded by the beginning of FY25, with an estimated ordering period of 5 years, beginning in February 2025 and ending at the end of FY29. The contract type is anticipated to be an Indefinite-Delivery-Indefinite-Quantity (IDIQ) type contract, with subsequent task orders to be placed under it. REQUIRED CAPABILITIES The interested party shall be capable of providing: Non-recurring engineering and logistics support to complete Systems Requirements Reviews (SRRs), Preliminary Design Reviews (PDRs), Critical Design Reviews (CDRs), and Test Readiness Reviews (TRRs) related to the integration of engineering changes into the T-45 aircraft. Prototype and validation hardware for testing, flight test and engineering validations. Class I Engineering Change Proposals (ECPs) and engineering drawings associated with the development and integration of new and modified hardware and software into the T-45 aircraft. Studies, analysis, design, test, and reports associated with modernization and obsolescence activities. 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. ELIGIBILITY The anticipated applicable NAICS code for this requirement is 336413 (Other Aircraft Parts and Auxiliary Equipment) with a small business size standard of 1,250 employees. The anticipated Product Service Code is R425.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify its business size in its capabilities statement and its ability to obtain the required Original Equipment Manufacturer (OEM) Technical Data Package (TDP) to perform this work.� ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Submissions must address (at a minimum) the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, and Unique Entity Identifier (UIE) number. 6.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUB Zone, or Service Disabled Veteran-Owned Small Business Concern. 7.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Market research results will assist the Government in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch in an electronic format that is compatible with Microsoft Word. All responses shall include Company Name, Company Address, Company Business Size, and at least two Points of Contact including name, phone number, and e-mail address. Detailed written capabilities shall be electronically submitted to the Contract Specialist, Allison N. Smith, at allison.n.smith.civ@us.navy.mil with copies to the PCO, Kathleen Dougherty at kathleen.c.dougherty.civ@us.navy.mil and shall reference N00421-24-RFPREQ-TPM273-0383 on both the e-mail and all enclosed documents. All information shall be furnished at no cost or obligation to the Government, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.� Verbal submissions via phone will not be honored. Classified material SHALL NOT be submitted. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought Notice. All questions regarding this Sources Sought notice must be submitted via email to Allison N. Smith, at allison.n.smith.civ@us.navy.mil with a copy to Kathleen Dougherty at kathleen.c.dougherty.civ@us.navy.mil. No questions will be accepted by phone.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d50ce987c76d4feb91ad92375971b902/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07075940-F 20240525/240523230104 (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.