SOURCES SOUGHT
16 -- Sources Sought � Seeking Industry Capability Statements to meet requirement to upgrade the Kingdom of Saudi Arabia (KSA) Ministry of the National Guard (MNG) MD 530 aircraft cockpits, with Garmin GTN 650 Global Positioning System (GPS)
- Notice Date
- 9/19/2024 7:17:03 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- 24P0000015927
- Response Due
- 10/4/2024 3:00:00 PM
- Archive Date
- 10/05/2024
- Point of Contact
- Kanetra Garrett, Phone: 5206747882, Dennis Alber, Phone: 5408452456
- E-Mail Address
-
kanetra.s.garrett.civ@army.mil, dennis.g.alber.civ@army.mil
(kanetra.s.garrett.civ@army.mil, dennis.g.alber.civ@army.mil)
- Description
- Tracking Number: RFP # 24-P-0000-015927 Contracting Office Address: Army Contracting Command � Redstone (ACC-RSA) Aviation Directorate -Utility/Cargo/Scout Attack/Mi17 (FMS) - CCAM-NS-A, Building 5309, Martin Road, Redstone Arsenal, AL 35898 Notice Type: Sources Sought � Seeking Industry Capability Statements to meet requirement to upgrade the Kingdom of Saudi Arabia (KSA) Ministry of the National Guard (MNG) MD 530 aircraft cockpits, with Garmin GTN 650 Global Positioning System (GPS)/Navigation (NAV)/Communication (COMM) Multi-Function Display (MFD) System Description: NAICS Code: 336411, Aircraft Manufacturing or 336413- Other Aircraft Parts and Auxiliary Equipment Manufacturing Product Service Code: 1680, Miscellaneous Aircraft Accessories and Components This Army Sources Sought 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 notice does not constitute a commitment by the United States Government (USG) to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor compensate any respondent for any cost incurred in developing information provided to the USG. The Government may request additional information upon review. The goal and mission of Army Contracting Command-Redstone (ACC-RSA), in coordination with the Cargo Helicopter Project Office, International Non-Program of Record Aviation Product Office (INRAP) is to seek sources to fulfill their need to upgrade the MD 530 aircraft located at Dirab Air Base in Riyadh KSA. All work will be performed at KSA provided facilities. The estimated time to begin will be late CY 2025. � ACC-RSA and INRAP intends to utilize results of this inquiry as an element of market research to pursue Full and Open Competition IAW FAR 6.101(b). Sources Sought Requirements � Description of Information Requested Provide the following company information with your submission: Company Name, CAGE Code, DUNS and Unique Entity Identifier (UEI) number, Company Address, and Place of Performance Address Point of contact, including name, title, phone, and email address Size of company, average annual revenue for the past three years, and number of employees Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business Be able to provide a Certified Cost Accounting Standards (CAS) System that allows the USG to award Cost Plus Type contracts. Provide documentation that clearly demonstrates the ability of the Contractor to complete the following task requirements for the MD 530 aircraft: The Contractor shall provide all resource required to remove the current GPS system and install a Garmin GTN 650 GPS/NAV/Comm MFD in each aircraft. The Contractor shall provide all material, tools, labor, and resources required to complete this work at Dirab Air Base, Riyadh KSA.� USG projects work on no more than two aircraft simultaneously. All installations will be performed in accordance with (IAW) Federal Aviation Administration (FAA) Supplemental Type Certificate (STC) Number SR02120SE and the OEM provided instructions. The Contractor shall be licensed to perform work in KSA or teamed with a qualified KSA based and licensed company. The Contractor and any sub-contractors shall be FAA Part 145 certified (or EASA equivalent) and be familiar with maintaining US Army Airworthiness requirements for MD 530 aircraft. The Contractor shall provide all applicable Operations and Maintenance Technical Data Publications required to operate and maintain the Garmin GTN 650. The Contractor shall provide each aircraft a one-year software subscription at the completion of each aircraft installation to maintain currency of all navigation databases required for operation of the aircraft in the KSA. The Contractor shall enter into Associate Contractor Agreements for any portion of this work requiring joint participation in the accomplishment of the Government�s requirement. The Government will provide hanger space for Garmin GTN 650 GPS/NAV/Comm MFD on Dirab Air Base. The Government will provide contractor access to Dirab Air Base during normal KSA working days and hours. DMSMS Prototype and Integration HSI (OPTION) The Contractor shall provide capability statements that describes their approach to prototype, install and qualify IAW USG requirements an up-to-date HSI The Contractor shall provide recommendations for material solutions to integrate an up-to-date HSI IAW an approved FAA/EASA solution. DMSMS Prototype and Integration Transponder (OPTION) The Contractor shall provide capability statements that describes their approach to prototype, install and qualify IAW USG requirements an up-to-date Transponder. The Contractor shall provide recommendations for material solutions to integrate a Mode 5 capable transponder that is Link-16 capable. US Army Airworthiness The Contractor shall provide their approach to maintain US Army airworthiness and describe their processes to provide an Airworthiness Qualification Specification (AQS) in response to a USG provided Airworthiness Qualification Plan (AQP). The Government reserves the right to perform site visits and assessments to verify contractor statements/assertions provided in the resultant responses. Due to the current DOS and DoD travel restrictions, this activity may be requested virtually in lieu of on-site. Any questions regarding this posting must be directed to both points of contact from ACC-RSA: Kanetra S. Garrett, Contract Specialist, kanetra.s.garrett.civ@army.mil Dennis G. Alber, Contracting Officer, dennis.g.alber.civ@army.mil No questions will be accepted telephonically nor will any responses to questions be provided telephonically. Proprietary information should be clearly marked. No classified documents shall be included in your response. Please be advised all information submitted in response to the Sources Sought becomes the property of the U.S. Government and will not be returned. All information received in response to this Sources Sought marked �proprietary� will be handled accordingly. Responses to this Sources Sought shall not exceed total email file size of 9 megabytes. Responses exceeding this limit will not be accepted by the Government. Responses shall also not exceed 15 single-spaced pages on 8.5 x 11 size paper with one-inch margins. Title page, table of content, graphic chart pages, technical specifications, and product sheets may be included as deemed necessary and will not count against the 25-page limit listed above. Font size shall not be smaller than Arial 10. All responses shall be submitted via email to both email addresses listed above. All information must be readable by Microsoft (MS) 365 Office Suite including Word, MS Excel, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information). This Sources Sought will be open from date of publication through 4 October 2024. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small, disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. All responses must be delivered by 1700 Central Daylight Time on Friday, 4 October 2024, to the two email addresses listed above.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96b97fbbcb0041a087392f0bffb76e41/view)
- Place of Performance
- Address: SAU
- Country: SAU
- Country: SAU
- Record
- SN07218626-F 20240921/240919230130 (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 |