SOURCES SOUGHT
15 -- 2017-2019 AH 6i PRODUCTION
- Notice Date
- 4/6/2016
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-16-R-0223
- Archive Date
- 5/7/2016
- Point of Contact
- Wanda Kidd, Phone: 2569558393, Michael Alexander, Phone: 2568768990
- E-Mail Address
-
wanda.l.kidd.civ@mail.mil, michael.k.alexander8.civ@mail.mil
(wanda.l.kidd.civ@mail.mil, michael.k.alexander8.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. This is a sources sought notice. This notice is in support of market research to determine the feasibility of a competitive acquisition and to identify parties having an interest in and the resources capable of supporting the requirement for production and delivery of seventy-two (72) AH-6i Scout/Attack helicopters, non-recurring engineering, initial spares, ground support equipment and peculiar ground support equipment described below as "Minimal Essential Characteristics AH-6i Aircraft". Interested parties responding to this notice shall demonstrate their capability to provide all personnel, materials, and supplies required to satisfy all requirements delineated in the "Minimal Essential Characteristics AH-6i Aircraft". The North American Industry Classification System (NAICS) code applicable to this notice is 336411 Aircraft Manufacturing. MINIMAL ESSENTIAL CHARACTERISTICS AH-6i AIRCRAFT a. SCOPE The Minimal Essential Characteristics describe the requirement for production and delivery of seventy-two (72) AH-6i aircraft proprietary to the OEM ( The Boeing Company, Defense, Space & Security ), Non-Recurring Engineering (NRE), initial spares, Ground Support Equipment (GSE) and Peculiar Ground Support Equipment (PGSE) in support of Foreign Military Sales (FMS) customers. It is anticipated that an initial twelve (12) production aircraft, initial spares, GSE and PGSE will be source directed to The Boeing Company, Defense, Space & Security through a binding FMS Letter of Offer and Acceptance (LOA) executed bilaterally between the United States Government and the foreign country customer who is funding the effort. The remaining sixty (60) aircraft, initial spares, NRE, GSE and PGSE are subject to foreign country customers executing FMS LOA's for their production and delivery. The Government will develop individual post production Performance Work Statements for Integrated Product Support (IPS) activities for the individual country customers separate from the requirements contained in this notice. NOTE: a ny documents or data (i.e. drawings, part numbers and/or specifications) referenced here in this document shall be considered proprietary to the AH-6i OEM and shall require a teaming agreement with the AH-6i OEM to obtain access to such documents or data. b. REQUIREMENTS b.1 AIRCRAFT The interested party shall be capable of producing and delivering up to 72 AH-6i Aircraft In Accordance With (IAW) the configuration defined end item "AH-6SA" and top level part number 13100000000-103 and the AH-6i System Specification DRS-S-H710000. The interested party shall be capable of producing and delivering up to 24 AH-6i Aircraft annually for a total of 72 aircraft over a three year period. B.1.1 Mission Equipment The interested party shall be capable of producing and/or delivering weapon systems hardware in variable quantities to include M260 2.75" Hydra Rocket launchers, M310 Dual Rail HELLFIRE Missile Launchers, M34 HELLFIRE Dummy Missiles, M36 HELLFIRE Captive Flight Trainer Missiles, GAU-19/B Gatling Guns and ancillary equipment, M134D-H Gatling Guns and ancillary equipment, and external personnel seating plank systems (B-Kit). b.1.2 Avionics and Sensors The interested party shall be capable of procuring and delivering the following avionics systems in addition to the basic configuration of the defined end item AH-6SA: Federated MXF-4027 Radio System, MX-10D Sensor. b.2 NON-RECURRING ENGINEERING (NRE) The interested party shall be capable of providing NRE to address changes to any baseline configuration (Functional Baseline [FBL], Allocated Baseline [ABL], or Product Baseline) as an Engineering Change Proposal (ECP). b.3 INITIAL SPARES, GSE AND OTHER EQUIPMENT The interested party shall be capable of producing and delivering the initial spares package, GSE and PGSE with each aircraft delivery, as required by individual customers. 2. Interested parties are requested to submit a statement of capability outlining past work related to the requirements delineated above as "Minimal Essential Characteristics AH-6i Aircraft". The statement of capability shall include: a. Vendor Information: Name Address Point of Contact (POC), Phone Number, E-mail Address CAGE Code Small Business Category Company's Business Size (i.e. annual revenues and employee size) Brief Introduction of Company b. Anticipated Teaming Arrangements, if applicable (delineate between work accomplished by prime, subcontractors and work accomplished by teaming partners). c. Briefly Describe Your Relevant Contract Experience/Capabilities to support "Minimal Essential Characteristics AH-6i Aircraft" requirements: Specific Aircraft Involved Logistics support provided on those aircraft, i.e., spares replenishment, CFSR, LSR Foreign or Domestic employees Contract Number Prime or Subcontractor Requirements Description Total Contract Value (initial award amount, options, modification to include descriptions and values) Place of Performance Contract Organization Organization Contract POC Name, Phone Number, E-mail address 4. The interested party must have the ability to maintain a SECRET facilities clearance and employees with a personnel security clearance at the SECRET level. 5. Any information submitted by the respondents to this sources sought notice is strictly voluntary. An interested party's standard format is acceptable; however, the limit for all responses shall not exceed twenty-five (25) single-sided, 12 font size, 8x11-inch pages. The 25 page restriction includes capabilities and market research responses. Questions and comments pertaining to the requirement will be considered but no response will be provided. Submitted information shall be UNCLASSIFIED and should not contain propriety data. Only electronic responses will be accepted and shall be submitted as an email attachment in MS Word or Adobe PDF format. Responses shall be received no later than 12:00 P.M. (1200 hours) Central Time, Friday, 22 April 2016. Each submission should be virus scanned prior to being sent via e-mail to the following Point of Contact: Wanda Kidd Contract Specialist wanda.l.kidd.civ@mail.mil 256-955-8393 6. Email submissions are subject to size and type restrictions (typically limited to less than 2 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. All responses must address each of the above stated requirements. 7. If necessary, additional information and any amendments to this notice will be posted to Federal Business Opportunities (FedBizOpps) https://www.fbo.gov. It is the responsibility of interested parties to review the site frequently for any updates/amendments to any and all documents. 8. This notice is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This notice does not constitute a Request For Proposal (RFP). If appropriate, a synopsis will be issued at a later date for this requirement. Requests for a RFP will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this notice and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this notice or Government use of any information provided. This notice does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/82215ea594c1cd45bc2eff4035a0535c)
- Place of Performance
- Address: ACC-RSA- (AVIATION), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, Alabama, 35898-5280, United States
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN04074895-W 20160408/160406234254-82215ea594c1cd45bc2eff4035a0535c (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 |