Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOLICITATION NOTICE

16 -- Aviation Engineering Services & Limited Prototyping for the MH-60M and FVL Platforms

Notice Date
10/8/2021 8:42:31 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AMSAM-SPK FORT EUSTIS VA 23604-5577 USA
 
ZIP Code
23604-5577
 
Solicitation Number
H92241-22-R-0001
 
Response Due
10/25/2021 8:00:00 AM
 
Archive Date
11/09/2021
 
Point of Contact
Robert Waible, Phone: 757-878-0730 X 248, Andrew L. Davis, Phone: 757-878-0730 X226
 
E-Mail Address
robert.c.waible.civ@socom.mil, andrew.l.davis2.civ@socom.mil
(robert.c.waible.civ@socom.mil, andrew.l.davis2.civ@socom.mil)
 
Description
THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A SOURCES SOUGHT/PRE-SOLICITATION NOTICE that will allow the Government to identify interested sources capable of meeting the requirement described in this notice.� Interested sources can submit a capability statement to the Government Point of Contact identified below. GENERAL REQUIREMENTS. The proposed contract will fulfill the MH60/Future Vertical Lift (FVL)/Effects Product Management Office (PMO) requirement to address emerging combat driven capabilities through the design, fabrication, integration, characterization, airworthiness documentation and delivery of performance improvements specific to the MH-60M aircraft and Special Operations Forces (SOF)-peculiar Mission Equipment Packages (MEP) for use on MH-60M and FVL platforms. Anticipated efforts include rapid prototyping of products and/or modifications to existing MH-60M aircraft and for FVL MEP. The intended contract encompasses design, development, fabrication/production, and installation of aircraft modifications. The source must have access, or be able to obtain access, to Fulcrum Concepts LLC�s (CAGE Code: 5ALW9) detailed design data and software models regarding Modular Equipment Launcher (MEL), Configurable Lightweight Armament Wing (CLAW), GAU-19 (GP-19) and 20mm Cannon, e.g. M197, XM915, or similar systems, to perform the work.� The Government does not own nor have access to this detailed design data, that it can disclose to potential sources for performance of the required work.� Any interested source�s capability statement must clearly address how it will perform the required work, including obtaining access to the detailed design data and software models. These efforts may require supporting non-recurring engineering and technical data used for the approval of the products or modifications by the cognizant airworthiness engineering authority. Subsequent instructions for installation of the products may be required as well. The Government requests the following information from interested parties: 1. Company Name: 2. CAGE Code: 3. Address (Including Telephone No. and E-Mail Address): 4. Points of Contact: 5. NAICS Code: 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing: 6. SBA size standard is 1,250 employees 6. Based on the above NAICS Code, and as verifiable at SAM.GOV, state whether your company is: ����������� Small Business��������������� �������������������������������(Yes / No) ����������� Woman Owned Small Business������������������ ��(Yes / No) ����������� Small Disadvantaged Business������������������ ��(Yes / No) ����������� 8(a) Certified����������������������������������������� �������(Yes / No) ����������� HUBZone Certified��������������������������������������� (Yes / No) ����������� Veteran Owned Small Business������������������ �(Yes / No) ����������� Service Disabled Veteran Small Business� ��(Yes / No) ����������� Central Contractor Registration (CCR)��������� (Yes / No) 7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? 8. Describe your company�s primary business product lines. 9. Is your company compliant with Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? If so, please provide detailed information. 10. Does your company currently have Department of Defense (DoD) contracts that include DoD Federal Acquisition Regulations Supplement (DFARS) clauses 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7020, NIST SP 800-171 DoD Assessment Requirements? 11. Describe your quality assurance system program and is it compliant with requirements of ANSI/ASQ Q9001 (American National Standard, Quality Management Systems - Requirements) and SAE AS9100 (Quality System - Aerospace - Model for Quality Assurance in Design, Development, Production, Installation, and Servicing). ADMINISTRATIVE:� The Government will review and consider all capabilities statements received by the closing date set forth in this notice. The Government retains the sole discretion on the decision whether or not to conduct a competition based upon information received in response to this notice. All capability statements should be sent to Rob Waible via e-mail at�Robert.c.waible.civ@socom.mil. Information received will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement. All responses are due within 15 calendar days of the posting date of this notice. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the Sources Sought. The Government does not intend to award a contract on the basis of this Sources Sought, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. All information received in response to this Sources Sought that is properly marked as ""proprietary"" will be protected as proprietary information. Such information will be reviewed by a team comprised of Government as well as Covered Government Support Contractors, as defined in Title 10 of the United States Code, Section 2320, providing technical assistance for the Government's preparation of an acquisition strategy. The Government officers and Covered Government Support Contractors have acknowledged their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All Covered Government Support Contractors are required to protect the information by the terms of their contracts. The Government will make a determination whether or not contractor personnel have organizational conflicts of interest that could adversely affect protection of the information. In an effort to ease the coordination for potential need of nondisclosure agreements between multiple parties as part of the Government's market research, the Government will treat all notice responses as proprietary and to disclose the contents only for the purpose of Government market research and acquisition planning activities. All proprietary information is submitted with the above understanding that these contractor technical experts will have access and should be marked accordingly. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Proprietary information will be handled accordingly. Please be advised that submissions will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bc0d9a6beae9416d989e51eb329944e1/view)
 
Record
SN06154750-F 20211010/211008230111 (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.