Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2017 FBO #5719
SOURCES SOUGHT

15 -- Additional H-60M Aircraft

Notice Date
7/19/2017
 
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-17-R-1102
 
Archive Date
9/2/2017
 
Point of Contact
Joshua E. Flinn, Phone: 2563134205
 
E-Mail Address
joshua.e.flinn.civ@mail.mil
(joshua.e.flinn.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought July 19, 2017 Tracking Number: W58RGZ-17-R-1102 Contracting Office Address: ACC-RSA - (Aviation) ATTN: CCAM-BHD, Emily Crittenden, Contracting Officer 6726 Odyssey Drive NW Huntsville, AL 35806 Notice Type: Sources Sought Notice Description: 1. THIS IS A SOURCES SOUGHT NOTICE ONLY - 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 up to 114 UH/HH-60M aircraft over a three-year period beginning in fiscal year (FY) 2019, and provide related support, services, systems/project management, publications, and technical data. 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 UH/HH-60M Aircraft". The North American Industry Classification System (NAICS) code applicable to this notice is 336411 Aircraft Manufacturing. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on Federal Business Opportunities (FedBizOpps). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. MINIMAL ESSENTIAL CHARACTERISTICS UH/HH-60M AIRCRAFT a. SCOPE The Minimal Essential Characteristics describe the requirement for production and delivery of up to 114 UH/HH-60M aircraft over a three-year period beginning in fiscal year (FY) 2019, and provide related support, services, systems/project management, publications, and technical data. Customers include the U.S. Army, as well as potential sales to other Department of Defense (DoD) Agencies, Foreign Military Sales (FMS), and Other Government Agencies (OGA). The Government does not own the complete UH/HH-60M Technical Data Packages (TDPs) that established the current and baseline UH/H-60M configurations, including system/subsystems drawings, tooling drawings, software source code or models and simulations. Any documents or data (i.e. drawings, part numbers and/or specifications) referenced in the document shall be considered proprietary to the UH/HH-60M Original Equipment Manufacturer (OEM) and shall require a teaming agreement with the UH/HH-60M 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 114 UH/HH-60M aircraft over a three-year period beginning in fiscal year (FY) 2019, as well as the related support, services, systems/project management, publications, and technical data. The UH-60M aircraft performance shall be as defined in AVNS-PRF-10002K and the HH-60M aircraft performance shall be as defined in AVNS-PRF-10015B. The UH/HH-60M aircraft and all systems/subsystems shall meet Airworthiness Release (AWR) criteria. b.2 CONFIGURATION MANAGEMENT The interested party shall be capable of providing non-recurring engineering and logistics effort to address changes to any baseline configuration (Functional Baseline [FBL], Allocated Baseline [ABL], or Product Baseline) as an Engineering Change Proposal (ECP). The interested party shall be capable of maintaining the UH/HH-60 configuration over its lifecycle to maintain inherent technical, suitability and functional performance, safety, reliability, sustainability, and maintainability characteristics. b.3 SECURITY The interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level. The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National Institute of Standards and Technology (NIST) Framework for Improving Critical Infrastructure Cybersecurity document, at a minimum, and meets subsequent compliance assessments performed by the Government. 2. Interested parties are requested to submit a statement of capability outlining past work related to the requirements delineated above as "Minimal Essential Characteristics UH/HH-60M Aircraft". The statement of capability shall include: a. Company information including: a. Company name and address. b. Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.). c. Point(s) of contact including name, phone number, address, and email and length of time in business. d. Geographic presence. b. Teaming arrangements, if any. Delineate between work accomplished by prime, subcontractors, and work accomplished by teaming partners. c. Relevant contract experience/capabilities to provide "Minimal Essential Characteristics UH/HH-60M Aircraft" requirements described above. d. Description of how the interested party would support the complete lifecycle of the UH/HH-60M as outlined in this notice, including: i. TDP availability ii. Technical Approach iii. Production Integration. iv. Continuation of system performance and suitability v. Integrated Logistics Support and associated documentation vi. Facilities and personnel resources vii. Flight Operations e. Description of how the interested party would ensure an adequately experienced and trained staff, the process for verifying qualifications, education, certification, and professional requirements and how often this information is obtained or updated. e. Describe how your organization's Cybersecurity policies and practices align with the provided references. f. Provide any other pertinent information that will assist us in this assessment. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. The response date for this notice is 30 days after the posting of this notice. No collect calls will be accepted. All responses to this notice may be submitted via e-mail to Joshua E. Flinn, Contract Specialist, at joshua.e.flinn.civ.civ@mail.mil, courtesy copy to Emily A. Crittenden, Contracting Officer, at emil.a.crittenden2.civ@mail.mil. The phone number for Mr. Flinn is (256) 313-4205 and for Ms. Crittenden is (256) 313-4033. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 25 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to this notice must be unclassified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d86c9a40fd494889318c3e8e38a12373)
 
Record
SN04586795-W 20170721/170719235730-d86c9a40fd494889318c3e8e38a12373 (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.