MODIFICATION
15 -- Performance Based Logistics contract in support of H53 Components - PreSolicitation
- Notice Date
- 10/10/2017
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- N00383 NAVSUP Weapon Systems Support Philadelphia PA NAVSUP 700 Robins Avenue Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0038317R002C
- Response Due
- 2/20/2017
- Archive Date
- 11/4/2017
- Point of Contact
- Megan E Kelly, Phone: 215-697-2533
- E-Mail Address
-
megan.e.kelly@navy.mil
(megan.e.kelly@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The NAVSUP Weapon System Support plans to add several items to a Performance Based Logistics contract for H-53 components previously synopsized. These additional items listed would be added in October 2020 and supported for the remaining duration of the contract (anticipated to be December 31, 2022). The contract will be with Sikorsky Aircraft (Cage Code 78266) in Stratford, Connecticut. Under the proposed contract, the contractor will stock, warehouse, repair, modify and/or replace, store and provide for shipment Ready-for-Issue (RFI) condition assets within negotiated supply response times for all items. The PBL contract will require an integrated product life cycle approach whereby the contractor assumes responsibility for many management and support functions related to the PBL such as engineering and logistics support. Sikorsky will be required to meet established supply response times through Weapons Replaceable Unit (WRA)/Shop Repairable Unit (SRA) repair and replacement, reliability oversight, and inventory, configuration and obsolescence management. The proposed contract will also measure the achievement of Ready Basic Aircraft performance metric improvements. The contractor will be required to partner with various organic depots such as FRC-E (Cherry Point) in accordance with Title 10 United States Code requirements and to renew and/or execute new Commercial Services Agreements and/or Public-Private Cooperative Agreements. The maximum period of performance for these additional items to be added to the anticipated PBL will not exceed two years and three months (October 1,2020 - December 31, 2022. Justification for Sole Source Acquisition: the statutory authority applicable to permit other than full and open competition is 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii) and (iii) with only responsible source and no other supplies and services will satisfy agency requirements. Sikorsky, Cage Code 78286, is the Original Equipment Manufacturer (OEM) for the Navy H-53 components to be added to this PBL contract. Sikorsky is the only source with the engineering expertise and technical data necessary to perform essential PBL tasks such as repair, resolution of obsolescence issues, sustainment of reliability, and management of configuration of the Navy's Critical Safety Item/Critical Application Item WRAs/SRAs covered by the contemplated procurement. Further, only Sikorsky owns the necessary design, configuration, manufacturing, production, and process data required to implement the necessary reliability sustainment/improvements. In addition, only Sikorsky has access to the original design data/OEM intellectual property. Even though the requirement has been designated sole source, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. For any questions concerning this notice, contact the PCO, Megan Kelly at Megan.E.Kelly@navy.mil. The subject items require Government source approval prior to contract award, as the items are flight critical and/or the technical data available has not been determined adequate to support repair via full and open competition. Only the source previously approved by the Government for repair of these items will be solicited. The time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. If you are not an approved source you must submit, together with your proposal, the information detailed in the NAVSUP WSS Source Approval Information Brochure for Repair. This brochure identifies technical data required to be submitted based on your company's experience in repair of the same or similar items. This brochure can be obtained at "https://www.navsup.navy.mil/navsup/ourteam/navicp/business_opps". If your request for source approval is currently being evaluated at NAVSUP WSS, submit with your offer a copy of the cover letter that forwarded your request for source approval. Offers received which fail to provide all data required by the Source Approval Brochure or document previous submission of all data required by the Source Approval Brochure will not be considered for award under this solicitation. Please note, if evaluation of a source approval request submitted hereunder cannot be processed in time and/or approval requirements preclude the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on Fleet support needs. Subcontracting Opportunities: All businesses interested in subcontracting opportunities should contact Sikorsky Aircraft.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00383/N0038317R002C/listing.html)
- Place of Performance
- Address: 6900 Main Street, Stratford, Connecticut, 06614, United States
- Zip Code: 06614
- Zip Code: 06614
- Record
- SN04710050-W 20171012/171010231313-0b46faf80c229b9a4cef5ff2282df99d (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 |