Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2017 FBO #5530
SOURCES SOUGHT

15 -- Bell Helicopters, Equipment Options, & Spare Parts and Tools in support of Foreign Military Sales

Notice Date
1/11/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-17-R-0118
 
Archive Date
4/11/2017
 
Point of Contact
Jennifer Letson, Phone: 256-842-7003, Deanna Desarro, Phone: 2568423492
 
E-Mail Address
jennifer.l.letson.civ@mail.mil, deanna.l.desarro.civ@mail.mil
(jennifer.l.letson.civ@mail.mil, deanna.l.desarro.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Contracting Command - Redstone is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the production and delivery of the following items: Bell 407GX Bell 412EPI Bell 429 Bell 505 Huey II Related support services to include systems/ project management, publications and technical data. Customers include Foreign Military Sales (FMS) as well as potential sales to Other Government Agencies (OGA). The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336411, Aircraft Manufacturing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. All costs associated with responding to this Sources Sought will be solely at the interested parties' expense. In the past this requirement has been restricted to Bell Helicopter Textron Inc., 3255 Bell Helicopter Blvd Fort Worth Texas, 76115; CAGE code 97499 under the basis of the statutory authority permitting other than full and open competition 10 U.S.C 2304(c)(1) (need to confirm if this is what the previous J&A has used), as implemented by Federal Acquisition Regulation 6.302-1 "Only Once Responsible Source and No other Supplies or Services Will Satisfy Agency Requirement" since Bell has been the only known source that has the required tooling, facilities, trained staff and proprietary data necessary to manufacture the above mentioned aircraft. However, all responsible sources may submit a capability statement, proposal or quotation which shall be considered by the agency. All offerors must meet prequalification requirements in order to be eligible for award. Requirement Statement: The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this production effort and industry's assessment/ opinion of the most efficient and cost effective method of executing this effort. The requirements for this action are: (1) Aircraft - the interested party shall be capable of producing and delivering the following aircraft: Bell 407GX, Bell 412EPI, Bell 429, Bell 505 and Huey II (2) Configuration Management - the interested party shall be capable of providing non-recurring engineering and logistics support to address changes to any baseline configuration through the ECP process (3) Security - the interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level. The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government The response should include the following: (1) Company information to include: Company name; size of company; cage code; point of contact to include phone number and email address; geographic presence; (2) identify if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (3) a description of manufacturing capabilities and contract experience that support the aircraft, security and configuration management areas previously identified; (4) identify how the complete lifecycle of the aircraft would be supported to include: TDP availability, technical approach, production integration, continuation of system performance/suitability, integrated logistics support, facilities/ personnel resources and flight operations; (5) evidence of ensuring an adequately experienced and trained staff to include the process of verifying qualifications, education, certification and professional requirements; (6) provide evidence of compliance with the cybersecurity policies and practices previously identified; (7) provide any other pertinent information that will assist the USG in this assessment. Projected quantities : 15 Bell 407GX, 15 Bell 412EPI, 15 Bell 429, 30 Bell 505 and 40 Huey II, it should be noted that these quantities are estimates only. Purpose and Limitations: The Government's intent is to better understand the current capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 25 pages and must be unclassified. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 or later format or Adobe PDF format. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. All questions and industry responses shall be submitted via email to Army Contracting Command - Redstone, Contract Specialist: Jennifer Letson, Jennifer.l.letson.civ@mail.mil with a courtesy copy to Contracting Officer: Deanna Desarro, Deanna.l.desarro.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/108a30385633cde4b164e281749c80a4)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN04368781-W 20170113/170111234114-108a30385633cde4b164e281749c80a4 (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.