Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOLICITATION NOTICE

A -- Manufacturing Process Technologies for HAWK Rotary Wing Systems

Notice Date
12/19/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Aviation and Missile Life Cycle Management Command (Missiles), US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W31P4Q-09-R-0207
 
Response Due
1/15/2009
 
Archive Date
3/16/2009
 
Point of Contact
Constance R. Reedus, 256-955-7995<br />
 
Small Business Set-Aside
N/A
 
Description
The Aviation and Missile Research, Development, and Engineering Center (AMRDEC) intends to negotiate on a sole source basis with Sikorsky Aircraft Corporation of Huntsville, Alabama to develop technology enhancement for improved, affordable systems, subsystems, and components for the Manufacturing Process Technologies for Hawk Variants and other Rotary Wing Systems program. The proposed acquisition is direct to Sikorsky Aircraft Corporation, pursuant to 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Any source other than Sikorsky would require substantial duplication of time and cost to the Government, neither of which would be recovered through the additional competition, and unacceptable delay would also be incurred in fulfilling the Governments requirement. A Indefinite-Delivery/Indefinite-Quantity (IDIQ) with Firm Fixed Priced (FFP) Completion and Level of Effort tasks as well as Cost Plus Fixed Fee (CPFF) Completion and Level of Effort tasks. The period of performance will consist of five-years from date of award. The following details the description of Manufacturing Process Technologies for Hawk Variants and other Rotary Wing Systems program: A.The Manufacturing Process Technologies for Black Hawk Helicopter effort will provide the unique technical capabilities required to support manufacturing and machining mission requirements that cannot be supported by any other means. The Manufacturing Process Technologies for Black Hawk Helicopter program will serve the DOD and other federal agencies through support of the Hawk family of aircraft by focusing on the following areas: 1) Emerging manufacturing processes, methods, techniques, equipment, tools, fixtures, inspection, testing, design, analysis and technologies required to support fabrication, maintenance, operation or support of helicopter structural and non-structural airframe and non-airframe components of the Black Hawk aircraft or associated aviation ground support equipment (AGSE). 2) Emerging manufacturing methods impacting and lowering acquisition and operations and support (O&S) costs, providing increased operational performance, adding additional capabilities and/or increasing the potential to meet mission or operational objectives. 3) Emerging manufacturing technologies impacting and improving reliability, availability, maintainability, supportability, transportability, survivability, safety, fuel efficiency, and environmental characteristics. 4) Emerging manufacturing qualification test phase and/or production insertion, if required, will vary depending on the requirements of the funding source and customer needs. B.A five-year program is envisioned for achieving the objectives of the initiative. Types of efforts will include 1) research and development, 2) prototype development and fabrication, 3) demonstration/validation of applicable technology (including installation and testing), 4) product development and services, 5) product application studies and modeling, 6) fabrication/production of hardware, 7) software design, development, and fabrication, 8) retrofitting developed products into existing platforms. It is anticipated to have at least seven, one year projects from each of these efforts. Within these efforts will be the task of selecting candidate projects with a goal of selecting thirty-seven projects over a five year period. After project selection, process technologies will be utilized in an effort to reduce cost, shorten lead-times and/or enhance durability and extend service life. Production of test assets may be done in order to validate any new manufacturing processes. During this effort, any technologies developed will be applied and modified for application to critical assemblies and subsystems. This effort will also focus on transitioning the process technologies developed to industrial practice to provide an industrial infrastructure to support Army Aviation needs. Based upon market research, the Government is using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial item within 15 days of this notice. The proposed contract action is for engineering services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent to award a sole source contract is not a request for competitive proposals. Interested parties who believe they can perform this requirement without substantial duplication of cost to the Government are invited to submit a written narrative statement of capability, including detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the Governments requirements. In order to be considered responsive, the statement must demonstrate this sounds good (1) a history of proven experience in developing, operating, maintaining, and modifying a government acquisition command and control system; (2) the ability to immediately assume the on-going project without disruption to current operations, and (3) have a high probability of meeting the Government's schedule. Submittals (responses) to this notice that do not include the required documentation will be considered non-responsive. The above stated information must be received no later than 15 days after publication of this synopsis, should cite number W31P4Q-09-R-0207, and should be emailed to Pam Parker at pamela.parker5@us.army.mil. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer which will be considered. This is NOT a formal notice of solicitation. Telephone or facsimile inquires and/or responses will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=298b893fe3b842333c2c143aa6b46a60&tab=core&_cview=1)
 
Place of Performance
Address: US Army Aviation and Missile Command (Missile) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL<br />
Zip Code: 35898-5280<br />
 
Record
SN01721936-W 20081221/081219215019-298b893fe3b842333c2c143aa6b46a60 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.