SOURCES SOUGHT
16 -- FastTrack Program. Manufacturing of Aircraft and Aircraft Parts for Naval Aviation to combat the effects of obsolescence and aircraft aging
- Notice Date
- 11/12/2004
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-N00421TBDFastTrack
- Response Due
- 12/3/2004
- Description
- The Naval Air Systems Command (NAVAIR); Aircraft Support Contracts Department (AIR 2.5.1.3), Patuxent River, MD 20670-1127 announces this sources sought as its intention to procure, on a competitive basis, under the FastTrack program, the manufacturing of aircraft components necessary for obsolescence issues in support of the Aging Aircraft Integrated Product Team (AAIPT) (AIR 4.1D). This FastTrack procurement would support NAVAIR?s need for re-engineering, non-recurring engineering (NRE), prototype manufacturing, first article testing, and production requirements of aircraft and aircraft parts facing obsolescence issues in a timely manner in order to support and maintain fleet readiness. Additionally, the FastTrack program would support these needs throughout the Department of Defense (DoD) and any applicable outside agencies. The charter of the AAIPT is to identify, investigate, and implement programs that will field products to improve the availability and affordability of the fleet?s aging aeronautical systems. One aspect involves coordination with multiple competencies, Program Offices, and Naval Inventory Control Point (NAVICP) to focus on urgently required parts needed across the NAVAIR spectrum of aging aircraft. The government will identify component problems, quantify the costs/risks associated with each problem, and provide information, products and solutions to the NAVAIR FastTrack team for implementation. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential, eligible, and interested businesses (both large and small), capable of providing these services and products prior to determining the method of acquisition prior to issuance of a Request for Proposal(RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION Declining budgets have forced military services to acquire new weapons replacement assemblies/sub-system assemblies at less than traditional rates. This environment has caused an increasing reliance on aging weapons systems in inventory to meet both current and projected operational requirements well into the 21st Century. This reliance on aging systems has in turn, caused an increasing containment issue to the fighting forces and the supporting logistical support systems. Original equipment manufacturers (OEMs) and their suppliers are either no longer in business, decline to produce, or are incapable of producing older parts for DoD. During original acquisitions, the DoD services did not acquire reprocurement technical data packages. More importantly, components that were not originally provisioned, are now failing. REQUIREMENT The proposed contract will cover a period of five years comprised of one base year and four one-year options. The total estimated dollar value for this procurement is roughly estimated to be between $450,000,000.00 and $700,000,000.00. The applicable NAICS Code for this requirement is 336411. The anticipated effort under the proposed contract includes, but is not limited to the following: The contractor may be required to provide a full range of comprehensive system engineering, technical assistance, and materials that are necessary for engineering, reverse engineering, technical requirements, system analyses, qualification testing, subsystem integration and maintenance support required to sustain aging weapons systems. Spare parts such as line replacement units (LRUs), shop replacement units (SRUs), depot replacement units, and structural components required to repair weapon systems and their major subsystems are scarce. Additionally, the proposed procurement is intended to provide a vehicle for Joint Service Support to address these types of problems. This initiative includes technology insertion, engineering analysis, re-design, reverse engineering, rapid prototyping, repair, fabrication, testing, and calibration. Programs requiring this type of sustainment support will include, but are not limited to Joint Service Support, Defense Logistics Agency (DLA), Army, Air Force, Navy and Marine Corp major weapon systems, subsystems and spare parts components. The above effort may require the contractor to repair, modify and test various types of systems, subsystems and ground support equipment. The contractor may also be tasked to perform hardware/software engineering, troubleshoot subsystems, perform quality assurance support, provide configuration management and prepare logistics support for systems, subsystems, and test-beds. This support will also include a full spectrum of engineering and manufacturing capability to reverse/re-engineer, produce and support the management of out-of-production or inordinately high cost system/subsystems or components to extend the life cycle of aging fleets. PROCESS FastTrack support will be accomplished by using available competitive resources from the private and public support sector, and utilizing test capabilities already established at Patuxent River NAS. The FastTrack process is as follows: 1. Identify problem component 2. Establish a Navy evaluation team. 3. Navy team evaluates candidate item. 4. A Technical data package is developed for candidate item. 5. Solicit capable vendors. 6. Evaluate proposals, based on Best Value. Interested firms should provide a brief summary of the following information for evaluation: 1. Past experience in the above areas with particular emphasis on work performed for DoD/NAVAIR/NAWCAD/NAVICP/DLA in providing support services for Aging Aircraft and obsolete piece part issues. 2. Familiarization with DOD Critical Item Management Processes (formerly the DOD Alternate Source Qualification Process). 3. Personnel Resources/Facilities Capabilities including staff qualifications and experience with information technology tools as it relates to manufacturing NAVAIR Critical Safety Items (CSI) and Critical Application Items (CAI). 4. Past performance on projects requiring reverse engineering and resolution of obsolescence issues. Responses can be delivered in person and should not exceed five pages total. Contractor personnel working in the electronic systems field may be required to have a security clearance at the level required for each specific order/technical direction letter (TDL), i.e.: Confidential, Secret, or Top Secret. Personal clearance levels must be obtained for the appropriate program being supported. The contractor shall comply with specific site access requirements. The contractor shall protect all proprietary data from unauthorized use or disclosure so long as it remains proprietary and the contractor shall refrain from using the information for any other purpose other than that for which it was furnished. The Government anticipates release of the electronic RFP on/or about 01 April 2005 with an anticipated closing date of 01 June 2005. The proposed contract award date is on/or about 10 October 2005. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a draft and/or solicitation is released, it will be synopsized on the Federal Business Opportunities website, located at www.fedbizops.gov. It is the potential offerors responsibility to monitor this cite for the release of any follow-on information. This is a Sources Sought and feedback from industry is also sought for our requirements as stated in this synopsis. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested sources are highly encouraged to submit a capability package as well as any questions, comments or suggestions to Ms. Julie A. Blew. Additionally, it is highly encouraged for interested parties to contact contracts and the technical team for one on one informal discussions with questions, comments and suggestions. Furthermore, it is requested that Small Businesses identify themselves as such. Responses to this announcement shall be submitted no later than close of business on 03 December 2004 to: Department of the Navy, Naval Air Systems Command, Aircraft Support Contracts Department, Attn: Ms. Julie A. Blew (2.5.1.3.1.2), Building 441, 21983 Bundy Road, Patuxent River, MD 20670-1127 Attn: Aging Aircraft IPT. Electronic responses are recommended and encouraged and should be submitted to Ms. Julie A. Blew at julie.blew@navy.mil. If providing the information electronically, please ensure that the information is compatible and accessible using Microsoft Office 98 software. This synopsis also announces the Government?s intent to hold a Pre-Proposal Conference for the anticipated FastTrack procurement. NAVAIRSYSCOM intends to hold the Pre-Proposal Conference forum on or about 16 December 2004 to provide interested parties with additional information and to identify the proposed procurement's strategy ahead schedule. The place and time have not been established and additional information will be posted on the NAVAIR web page cited above. All interested attendees must pre-register by email to Ms. Julie A. Blew at julie.blew@navy.mil, or by facsimile at (301) 757-8959, by close of business 13 December 2004. Registering parties must include the attending individual?s name, company, phone number and email address. As seating is limited, only those pre-registered are guaranteed seating. For those individuals unable to attend the forum, the presented materials will be available on the NAVAIR website http://www.navair.navy.mil/doing business/open_solicitations/ on or about 20 December 2004. Any questions concerning this material should be submitted to Ms. Julie Blew at the above cited email address. Telephone requests will not be accepted. Questions/comments received by 13 December 2004 may be addressed at the Pre-Proposal Conference forum. It is anticipated that the Draft Request For Proposal (number not yet assigned) will be available through the NAVAIR solicitation homepage, website http://www.navair.navy.mil/doing business/open_solicitations/ approximately 09 January 2005. This office will email a notification of release of the draft solicitation and any amendments to all prospective offerors that submit a request to register for this information via email. Requests for inclusion on the email solicitation release list should be sent to Ms. Julie A. Blew (Contract Specialist) via email at julie.blew@navy.mil. Paper copies of the intended solicitation will not be mailed. All responses must be sent via email and must include the following information: (1) Company Name; (2) Company Address; (3) Company Business Size; (4) Point of Contact (POC) Name, telephone number, fax number and email address. Internet responses without this information will not be accepted. Phone and fax requests for a copy of the solicitation will not be accepted. Points of contact for contracts are Julie Blew at julie.blew@navy.mil or telephone (301) 757-8955 or Ms. Nancy Keys (PCO) at nancy.keys@navy.mil or telephone (301) 757-2609. Technical point of contact is Mr. Thomas Maday at thomas.maday@navy.mil or telephone (301) 342-3983. Point of Contact Julie A. Blew, Contract Specialist, at julie.blew@navy.mil or telephone (301) 757-8955 Nancy C. Keys, PCO, at nancy.keys@navy.mil or telephone (301) 757-2609 Patricia Cornett, Supervisory PCO, at cornettpa@navair.navy.mil (301) 757-2607
- Place of Performance
- Address: NAVAL AIR SYSTEMS COMMAND HEADQUARTERS, PATUXENT RIVER, MD
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN00707714-W 20041114/041112211815 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |