Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 04, 2017 FBO #5794
SOURCES SOUGHT

15 -- Sources Sought for Engineering, Modification, and Support for the V-22 Aircraft

Notice Date
10/2/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-17-NORFP-PMA-275-0544
 
Archive Date
10/14/2017
 
Point of Contact
Brittany Machnicki, , Steven Preston,
 
E-Mail Address
brittany.machnicki@navy.mil, steven.j.preston@navy.mil
(brittany.machnicki@navy.mil, steven.j.preston@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Air ASW, Assault, and Special Mission Programs (A), V-22 Joint Program Office (PMA-275) is seeking sources to provide non-recurring engineering, hardware and software reliability/sustainability improvements, engineering change proposals (ECPs), integration, test, kit procurement, repair and modification, logistics support, training, obsolescence management, spare and repair parts, support equipment in support of the BAE Systems Controls Inc components, including the Defensive Weapons System (DWS), Flight Control Computer (FCC), Cockpit Interface Unit (CIU) and Identification Friend or Foe (IFF) Transponders on the V-22 aircraft. 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH 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 SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0 Background The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Air ASW, Assault, and Special Mission Programs (A), V-22 Joint Program Office (PMA-275) is seeking to establish a follow-on Basic Ordering Agreement (BOA) to contract directly with BAE Systems Controls Inc for continuing support of the DWS, FCC, CIU, IFF components. BAE is the Original Equipment Manufacturer (OEM) for the DWS, FCC, CIU and IFF components. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. The Government possesses only limited technical data rights to the V-22 DWS, FCC, CIU and IFF components. Respondents will need to provide component licensing agreements that clearly demonstrate their ability to obtain access to technical and engineering data/resources needed to fulfill the requirement herein. The Government will consider responses to this Sources Sought Notice for the purpose of determining whether to conduct a competitive procurement. 4.0 Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1520. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0 Requested Information Interested parties must submit their response with any supporting documentation to include the following: a. An UNCLASSIFIED description of the respondent's general capabilities to support this effort. b. CAGE code, DUNS Number, and mailing address c. Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. d. POC to receive/provide additional information or clarification e. Description of the Contractor's approach and experience with BAE Defense Weapons System (DWS), Flight Control Computers (FCC), Cockpit Interface Units (CIU) and Identification Friend or Foe (IFF) Transponders including the mission kits, hardware, Avionics Weapons Repairable Assemblies (WRAs)/Line Repairable Units (LRUs) and associated software and firmware, particularly with performing the following tasking (Provide specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers.): 1) Development, manufacture, and modification and testing of V-22 BAE components, including mission kits, hardware, Avionics Weapons Repairable Assemblies (WRAs)/Line Repairable Units (LRUs) and associated software and firmware; 2) Non-recurring engineering and logistics efforts in support of repair and modification of V-22 BAE components. Efforts will include development of technical data, training, and delivery/modification of support equipment and components for validation and verification; 3) Procurement of BAE end-items and/or associated hardware, software, and firmware, to be provided as Government-Furnished Equipment (GFE) to the V-22 production line, V-22 mod/retrofit lines or the Fleet, including spare or repair parts; 4) Obsolescence management efforts related to BAE components including but not limited to obsolescence trade studies, obsolescence component testing and bridge buys or Life-of-Type buys; 5) BAE component-related support to in-service operational and test V-22 aircraft; and 6) Engineering/technical/integration support, engineering investigations, service life assessment support, service life extension support and studies associated with the V-22 BAE components. f. Prospective offerors MUST disclose existing licensing agreements or a planned approach in cooperation with the existing DWS, FCC, CIU and IFF OEM (BAE Systems Controls, Inc. (600 Main Street, Johnson City, NY 13790-1806) and the V-22 aircraft manufacturer (Bell-Boeing Joint Project Office) to perform integration activities. 6.0 Responses Data Markings. In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 4:00 PM Eastern Daylight Time (EDT) 13 October 2017 to the following address: NAVAL AIR SYSTEMS COMMAND ATTN: Brittany Machnicki (AIR-2.3.3.3.3) 47123 BUSE ROAD, BLDG 2272, SUITE 155 PATUXENT RIVER, MD 20670-1547 Provide full response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 25 pages, and must be in English. Classified information or material SHALL NOT be submitted. 7.0 Questions Questions regarding this sources sought can be directed to Brittany Machnicki ( Brittany.Machnicki@navy.mil ) or Steven Preston ( steven.j.preston@navy.mil ). 8.0 Summary 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-NORFP-PMA-275-0544 /listing.html)
 
Record
SN04702754-W 20171004/171002230836-3e3e674c2872bceeb9b9831d0483654e (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.