Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 08, 2020 SAM #6796
SOURCES SOUGHT

16 -- KC-130J Armor Kits

Notice Date
7/6/2020 11:53:06 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-207-0508
 
Response Due
6/24/2020 2:00:00 PM
 
Archive Date
07/09/2020
 
Point of Contact
Joanna Roland, Phone: 3019952841, Whitney Larson, Phone: 3017575308
 
E-Mail Address
joanna.roland@navy.mil, Whitney.Larson@navy.mil
(joanna.roland@navy.mil, Whitney.Larson@navy.mil)
 
Description
1.� GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR). �The Navy KC-130J Program Office is seeking the procurement of 27 KC-130J Armor A-Kits and 27 KC-130J B-Kits utilized by the U.S. Marine Corps (USMC). Delivery of kits are required to be delivered no later than 35 weeks after receipt of order. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336413. DISCLAIMER 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. 2.� BACKGROUND The USMC inventory of the KC-130J aircraft require armor upgrades to provide increased survivability in order to meet threat capabilities. The armor A-Kit and B-Kit were designed and developed by QinetiQ North America, the Original Equipment Manufacturer. The Government did not purchase a license for the data rights for the A-Kit or B-Kit. The Government provides the procured A-Kits and B-Kits as Government Furnished Equipment (GFE) to various Government selected locations to install the A-Kit and then integrate the B-Kit. This requirement is for the procurement of both A-Kits and B-Kits. 3.� INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide KC-130J Armor Kits. Delivery of products must be delivered no later than 35 weeks after receipt of order. Potential contractors are requested to provide information on current products and services, relevant history, evidence of past performance, access to original equipment manufacturer (OEM) technical manuals and data, and capability of supporting in full, the products and services identified herein. Interested contractors shall submit their technical capabilities describing how they are able to meet the Government's complete requirements described in paragraphs 1 and 2 of this section. Full requirements will be established via Request for Proposal (RFP) and unit pricing will be established via contract award. Installations will be performed separately by military personnel. Please submit two copies of your response in an executive summary format not to exceed 20 pages.� If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance.� Please do not include company brochures or other marketing type information.� Include the following: 3.1� Corporate Information a.� Company's name and address. b.� Company's point of contact including email address and phone number. c.� Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. d.� General corporate information. 3.2� Specific Sources Sought Information Requested a.� Proposed approach to meet the Government's complete requirements described in paragraphs 1 and 2 above b.� Potential teaming arrangements. c.� Related past performance within the past five years. d.� Experience executing, replenishing components, parts, and materials for maintenance actions within the past five years. 3.3� Specific Commercial Information Requested a.� Are any of these items/services Commercial Items per FAR 2.101(b)?� �YES�� �NO b.� If YES to #3.3a above are these items available is a PUBLISHED Catalog/Price List?� �YES�� �NO c.� If YES to #3.3b above can you supply us with a copy of your Price List?� �YES�� �NO d.� If NO to #3.3a above � if these items are not currently in the commercial market place, will these items be available in the commercial market place in time to satisfy the government�s delivery requirements on this project?�� �YES�� �NO e.� If YES to #3.3a above can you provide UNREDACTED commercial sales history, listing in catalogs or brochures, known established price list to commercial market place, availability or announcement to the general public?�� �YES�� �NO f.� The Government, and the Government only, must determine not only if an item is commercial but also if the commercial prices are fair and reasonable.� This is usually accomplished through proof that commercial market forces have driven the setting of the commercial price.� Such proof would describe the commercial market acceptance of the price or, more plainly, invoices proving that the item has been sold commercially at like prices, for like quantities.� Is your company willing and able to provide such proof, if the government determines it is needed to verify price reasonbleness?�� �YES�� �NO 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Ms. Joanna Roland at joanna.roland@navy.mil and Ms. Whitney Larson at whitney.larson@navy.mil. Email all information in response to this sources sought to Ms. Joanna Roland and Ms. Whitney Larson, or mail to Naval Air Systems Command, Building 442, Attention: Joanna Roland, AIR 2.3.5.2.4, 21936 Bundy Road Patuxent River, MD 20670.� Responses are due by close of business�24 June 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/80e8b7403ea54dbe8e66dda963d0076a/view)
 
Record
SN05712602-F 20200708/200706230152 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.