Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 15, 2016 FBO #5440
SOURCES SOUGHT

66 -- Repair Services for AMPEX Flight Data Recorders

Notice Date
10/13/2016
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
TBD
 
Archive Date
11/19/2016
 
Point of Contact
Angela R Brooks, Phone: (301) 757-9708
 
E-Mail Address
angela.brooks@navy.mil
(angela.brooks@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS AMPEX FLIGHT DATA RECORDERS AIR VEHICLE MODIFICATION AND INSTRUMENTATION (AVMI) DEPARTMENT The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.12), Patuxent River, MD is posting this sources sought to determine acquisition strategy for satisfying this requirement and determine if industry can support a full and open competition for this requirement. The (NAWCAD) has a requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for Repair Services for the AMPEX Flight Data Recorders and associated Spare Parts in support of the Naval Air Systems Command, Air Vehicle Modification and Instrumentation (AVMI) Department. AVMI provides Technical and Engineering support for the MH60R and MH60S Programs located at Squadron HX21, Patuxent River MD. These AMPEX Flight Data Recorder Systems are currently utilized at Squadron HX21 and are installed on the MH-60R/S assets. The Flight Data Recorders and Spare Parts being repaired under this contract must be compatible with existing equipment and systems to ensure there is no disruptions to current data flow between the aircrafts and ground systems. The existing contract is an Indefinite Delivery/Indefinite Quantity (IDIQ) contract and is due to expire 29 July 2017. The period of performance for this effort will be five (5) years from 1 Aug 2017 through 29 July 2022 with performance commencing on 1 August 2017. The estimated RFP release is Feb 2017 and the estimated award date is 1 August 2017. The contract is anticipated to be Cost-Plus Fixed Fee type, and therefore the contractor must have an approved accounting system. The results of the Sources Sought will be used to determine if competition or Small Business opportunities exist. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. ELIGIBILITY This requirement is being procured under the Product Service Code (PSC) Code J066. The applicable North American Industry Classification System (NAICS) Code 488190 and the size standard is $32.5M. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) The Technical Task/Requirement to the sources sought for respondents to use in the development of their capabilities statement package. If your company has any questions about the task requirements, or areas that may need further definition, please also identify those in the response. Technical Task/Requirement: The requirements are to repair existing Ampex miniR-700 flight recording systems installed on the MH-60R/S helicopters located at HX-21 Naval Air Station Patuxent River. All repairs should be accomplished in 30-60 days unless agreed upon by the parties and expressed in writing. Repairs may be done at the Ampex facility located in Hayward, CA or at NAS PAX River. It is requested that interested firms submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 pitch) demonstrating eligibility to perform each of the services in the Task/Requirement to the contracting office. A timeline to be mission capable after award must be included in your capabilities package. This documentation must address at a minimum the following items: •1. Prior/current corporate experience in performing efforts of similar size/scope within the last five years, including the contract number, organization supported, indication of whether a prime or subcontractor, contract value, point of contact and current telephone number, and a brief description of how the contract referenced relates to the services described herein. •2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, CAGE Code, and a statement regarding current small business status. •3. Describe previous experience repairing the Ampex miniR-700 flight recorder system in the U.S. Navy MH-60R/S configurations. •4. Provide a complete description of your ability to provide Ampex warranted repairs to Ampex miniR-700 flight recorders and any of the associated recorder card slices supported by the miniR-700 including recordable media. Include any legal licensing documentation executed between Ampex Data Systems Corporation and any legal rights to AMPEX proprietary technical drawings and data. If the company finds itself not capable to perform all parts of the Task/Requirement, please specify which portions of the Task/Requirement is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Also, if the company has any questions about the structure of the task/requirement, please also identify those in the response. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. If your company has any questions about Technical Task/Requirement, that may need further definition, please also identify those in the response. All responses must be sufficient to permit agency analysis to establish bona fide capability to meet requirements. Your response to this Sources Sought, including any capabilities statement, shall be sent by mail to the following address: Department of the Navy, Aircraft Support Contracts Department, Attention Code 2.5.1.12.7 (Ms. Angela Brooks), Building 441, Naval Air Warfare Center Aircraft Division, 21983 Bundy Road, Patuxent River, Maryland 20670-1127. Electronic submissions may be used, size permitting, and should be sent in either Microsoft Word or Portable Document Format (PDF) to Angela.Brooks@navy.mil. No phone calls will be accepted. The deadline for capability statement submission is 10:00 a.m. EST, 4 November 2016. The Government will post result of this analysis on FedBizOps and reply to each offeror that submits a capability statement. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be permitted. 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. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A 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. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/TBD/listing.html)
 
Place of Performance
Address: Hayward, CA or NAS Patuxent River MD. 20670, United States
Zip Code: 20670
 
Record
SN04303341-W 20161015/161013233912-98674a7f65b2f082dd34090980ad3626 (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.