Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
SOURCES SOUGHT

16 -- Aircraft Survivability Product Improvement (ASPI) Main Rotor Blade (MRB) Paint for up to 345 AH-64 helicopters.

Notice Date
9/18/2014
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-14-R-0368
 
Response Due
10/3/2014
 
Archive Date
11/17/2014
 
Point of Contact
Jessica Horst, 256-842-4938
 
E-Mail Address
ACC-RSA - (Aviation)
(jessica.r.horst3.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Contracting Command - Redstone Arsenal (ACC-RSA), Alabama on behalf of the Program Executive Office (PEO) Aviation for the Aircraft Managed by the Apache Attack Helicopter (AHH) Project Manager`s Office (PMO) submits the following Request for Information (RFI) for advertisement for the full rate production (FRP) of the AH-64E Apache Block III aircraft in support of United States Government (USG). This notice is issued to obtain interested parties qualified and interested in providing alternative sources that can provide solutions for the AH-64 Aircraft Survivability Product Improvement (ASPI) Main Rotor Blade (MRB) Paint for up to 345 AH-64 helicopters as well as the amount necessary to maintain functionality in the operational environment (touch up kits) per year. The application of solutions to the MRB must be compatible and directly support the ASPI capability. The USG is seeking advanced capabilities to reduce the threats to the AH-64 Apache Helicopter. The MRB paint must be compatible with current ASPI MRB efforts and technology employed on the AH-64. The Technical Data Package (TDP) for the ASPI MRB Paint that is currently being utilized to fulfill this requirement is owned by The Boeing Company, Defense Space and Security, located at 7755 E Marginal Way S, Seattle WA 98108-4002. The technical data associated with the ASPI paint is not available due to the proprietary nature of the formula; therefore, the USG is looking for alternative sources that can provide the same capabilities currently required to support the mission of the AH-64 Helicopter. Responses will be used to determine the appropriate procurement method for this requirement. Responders shall provide their product's Technology Readiness Level (TRL) number and back it with evidentiary data. Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above. This RFI is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this RFI. The submission should also include the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide services/supplies consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS RFI NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI Notice by 3 October 2014. All responses under this RFI Notice must be emailed to jessica.r.horst3.civ@mail.mil. Follow-up discussions may be conducted with respondents. It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Technical questions concerning this announcement may be submitted via Email to Anthony G. Knight, anthony.g.knight.ctr@mail.mil. If you have any contractual questions concerning this opportunity please contact Jessica Horst, jessica.r.horst3.civ@mail.mil or Kelly M. Fitzpatrick, kelly.m.fitzpatrick.civ@mail.mil, NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e8bbd8ed38a13a1c6558b976e5fc4818)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03517920-W 20140920/140918235528-e8bbd8ed38a13a1c6558b976e5fc4818 (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  © 1994-2020, Loren Data Corp.