Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2012 FBO #3946
SOLICITATION NOTICE

16 -- C/KC-130J Peculiar Components Integrated Logistics Support Program

Notice Date
9/11/2012
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
KC-130J_Peculiar_Components_ILS_September_2012
 
Point of Contact
LTJG Dan Laursen, SC, USN, Phone: 301-995-4817, Teri Branch, Phone: 301-342-9923
 
E-Mail Address
dan.laursen@navy.mil, teri.branch@navy.mil
(dan.laursen@navy.mil, teri.branch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Request for Information (RFI). THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. Naval Air Systems Command (NAVAIR) PMA-207, the Tactical Airlift, Adversary & Support Aircraft Program Office is performing market research seeking information regarding the current level of technology and capability of the commercial sector to provide Integrated Logistics Support (ILS) for C/KC-130J peculiar components in a military environment. The existing program currently provides support for 336 repairable and 581 consumable peculiar component lines, contracting with approximately 100 vendors consisting of, but not limited to, avionics, structures, pneumatics, hydraulics, valves, ducting, and generator components. The supported C/KC-130J fleet consists of 46 United States Marine Corps (USMC) and six United States Coast Guard aircraft with an additional USMC and three additional Foreign Military Sales aircraft being added in CY2014. Products and services support for the C/KC-130J peculiar components includes, but is not limited to, product management, supply chain management, inventory management, material movement, warehousing, material procurement, Repair of Repairable (RoR) management, and repair data collection and analysis. Due to limited data available on some components, access to engineering and back shop support is desired to initiate repairs / modifications (develop drawings to support manufacturing and/or repair of components, develop repair schemes, perform repairs / modifications, and manufacture minor components). Potential offerors are requested to provide information on current products and services, relevant history, and evidence of past performance / capability supporting in full or part functions /services identified above. Of particular interest to the Navy are the following topics / services: 1. Contract incentives tied to performance metrics. 2. Industries ideas and success associated with effective implementation of performance metrics in an ILS / Contractor Logistics Support (CLS) performance based contracting environment. 3. Experience executing repairs / procurement contracts in a fixed price environment. 4. Supply Chain Management (SCM) and analysis experience including system interfacing with Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS). Responses to this RFI should include the companies' complete product and service details, and any other technical information which will allow the US Navy to understand your fielded, if applicable, ILS capabilities and solutions. In addition to the above, please respond to the following questions regarding your business classifications: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran Owned small business? (7) Are your products listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so, which agencies, POCs and contract numbers? Request responses be submitted no later than 2:00 p.m. on 15 Oct 2012. Written responses may be submitted to: DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (Air 2.3.5.2), ATTN: LTJG Dan Laursen, 21936 Bundy Road, BLDG 442, Patuxent River, MD 20670. Email responses are acceptable and may be submitted to: Dan.Laursen@navy.mil. When submitting, please include: company name, address, point of contact, email address, phone number and fax number. All correspondence shall reference the RFI number KC-130J_Peculiar_Components_ILS_September_2012 on the mailing container and all enclosed documents. All responses must be unclassified. Provide electronic submissions in Microsoft Office 2003 format. Provide written responses in an executive summary format not to exceed 5 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. Responses will not be returned and no findings will be published for industry release nor will any industry debriefings be held. Responses to this RFI are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. INDUSTRY DAY: Naval Air Systems Command may decide to hold an Industry Day on a future date to provide interested parties with additional information and solicit feedback on the C/KC-130J Peculiar Components ILS Program. Please watch the FEDBIZOPS website for further announcements. NON-DISCLOSURE AGREEMENTS: Provided below is a list of PMA-207 support contractors expected to have access to the data provided by the respondents to this RFI. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. It is anticipated that employees from Zenetex will have access and review the RFI responses. IMPORTANT INFORMATION: Unless otherwise stated herein, no additional written information is available and no formal RFP or other solicitation regarding this announcement is currently available. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fbo.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. The Government shall not reimburse interested parties for any presentations, marketing efforts or data related to their response to this RFI. This is not a request for proposal, and no contract will be awarded as a result of receipt of responses to this RFI. Respondents may not be notified of the results of the Navy's review of any information submitted in response to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/KC-130J_Peculiar_Components_ILS_September_2012/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02877185-W 20120913/120912000942-fbc9da12a5b7e535970ab08a252245b4 (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.