SOURCES SOUGHT
15 -- Aircraft cabin interior repair, modification, and logistics support
- Notice Date
- 4/29/2025 10:22:29 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
- N00019-25-RFPREQ-APM274-0225
- Response Due
- 5/16/2025 1:00:00 PM
- Archive Date
- 05/31/2025
- Point of Contact
- Brittany S. Reynolds, Phone: 3017571255, Jessica Norris, Phone: 3017579116
- E-Mail Address
-
brittany.s.reynolds3.civ@us.navy.mil, jessica.d.norris.civ@us.navy.mil
(brittany.s.reynolds3.civ@us.navy.mil, jessica.d.norris.civ@us.navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR) intends to issue a contract with LifePort, LLC under the authority of 10 U.S.C. 3204(a)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1, for the procurement of products and services required to provide aircraft cabin interior repairs, interior modification, and logistics support to include material procurement for interior components. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN, PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THIS IS NOT A REQUEST FOR PROPOSALS. IT DOES NOT CONSTITUTE 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. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. ANTICIPATED CONTRACT INFORMATION Anticipated Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with fixed price and cost-type contract line item numbers (CLINs) Anticipated Period of Performance: Five (5) years DPAS Priority Rating: DX REQUIRED CAPABILITIES This effort is for the procurement of products and services required to maintain and sustain current VH-92A� and VH-3D Presidential Helicopter cabin interiors. To accomplish the full scope of this effort, the Government requires the following support: Must have Secret Facility Clearance. Must have Federal Aviation Administration (FAA) Part 21 Parts Manufacture Approval. Must be a FAA Part 145 certified Maintenance, Repair and Overhaul facility. Must maintain ISO 9001 and AS9100 certified quality systems. Perform inspections and assessments of aircraft interior components for damage and wear in compliance with Government Performance-Based Specification (PBS). Repair and refurbish VH-92A and VH-3D interiors to include seating, sidewalls, bulkheads, monuments, armrests, other miscellaneous cabin interior components, and panel attachment frames. Paint and/or refinish components. Reupholster and refinish seats, cushions, and other fabric or leather-covered surfaces. Repair wood and wood veneer finished surfaces. On-site manufacturing tools (e.g. autoclave, CNC machine) and 3D printing capabilities approved for aircraft components. Perform all necessary cabin interior modifications to support obsolescence management. Manufacture cabin interior components, to include composite and wood. Provide logistics support, including material procurement for interior components. Provide engineering assessment and analyses to support FAA Minor changes to the VH-92A interiors. LifePort is the Original Equipment Manufacturer (OEM) for the VH-3D and VH-92A cabin interiors. Given LifePort is the only source with the design and certification expertise, special equipment, parts production, and repair capabilities to provide in-depth support for the efforts described herein, the Government believes no other firm possesses the required expertise to perform this effort. However, responsible sources may submit a capability statement, which will be considered by the agency. Any offer must clearly demonstrate the capability to respond to this requirement without detriment to the VH Presidential Helicopters Program and must address the submission information elements below. ELIGIBILITY The applicable NAICS code is 336413 � Other Aircraft Parts and Auxiliary Equip Manufacturing. The Product Service Code (PSC) is 1520 � Aircraft Rotary Wing. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. SUBMISSION INFORMATION The requested information herein is to assist the Government in conducting market research to determine if potential business sources have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirements described herein. It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating the ability to perform the tasking listed under the required capabilities. This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), Unique Entity Identifier (UEI), CAGE Code, and a statement regarding current small/large business status. If the company qualify� s as Small, state whether it is Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service-Disabled Veteran-Owned Small Business Concern if applicable. Prior/current corporate experience performing efforts of similar scope to the tasking described under Required Capabilities Section within the last three (3) years, including contract numbers, indication of whether as a prime or a subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract related to the proposed required capabilities and scope of performance. What is the current status of your company�s Facility Clearance and level? What specific technical skills does your company possess which ensures capability to perform the tasks? Describe your onsite manufacturing and capabilities as it relates to 3D printing, composite molds, fit up fixtures and unique tooling required to support executive helicopter cabin interiors. Describe your capabilities for FAA Parts Manufacture Approval. Describe your ability to design, test, certify and manufacture STCs that are certified to Federal Aviation Regulation Part 29. If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the tasks described in the required capabilities section, either individually or along with any combination of small businesses. Interested parties are advised against submitting a capability statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Brittany Reynolds (brittany.s.reynolds3.civ@us.navy.mil), in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 16 May 2025. All data received in response to this Sources Sought marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. VH-92A and Patriot are registered trademarks of the Department of the Navy.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ced1e6c99d6f41d78bef884b8ebc8fbb/view)
- Place of Performance
- Address: Woodland, WA, USA
- Country: USA
- Country: USA
- Record
- SN07425417-F 20250501/250429230057 (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 |