Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2018 FBO #5937
SOURCES SOUGHT

15 -- Request for Information (RFI) for C-40A Sustaining Engineering Support Follow-on

Notice Date
2/22/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
N00019-18-RFPREQ-PMA-207-0012
 
Archive Date
3/23/2018
 
Point of Contact
Amorena F. Blade, Phone: 3019954885
 
E-Mail Address
amorena.blade@navy.mil
(amorena.blade@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Information Notice Type: Request for Information Posted Date: 22 FEB 2018 Agency/Office: Naval Air Systems Command Location: Naval Air Systems Command Patuxent River, MD Title: C-40A Sustaining Engineering (SE) Follow-On (N00019-18-RFPREQ-PMA-207-0012) Description(s): Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is being issued as a Request for Information (RFI). The Program Executive Officer (PEO) Air ASW, Assault & Special Mission Programs (A), the Naval Air Systems Command (NAVAIR) Tactical Airlift Program Office,PMA-207, is seeking information from industry on Systems Engineering (SE) support services capabilities that could potentially meet C-40A operational requirements. This SE support for the C-40A fleet of aircraft will consist of: program management; airworthiness directives and service actions support; maintenance and support planning; configuration management; Service Action Review Board (SARB) support; structural integrity records reporting; technical documentation and technical and maintenance publications updates and revision services; twenty-four hour in-flight emergency and aircraft on ground (AOG) support; product improvement planning; engine and Auxiliary Power Unit (APU) configuration data status accounting reporting; problem inquiry (PI) support; and support engineering to the C-40A Contractor Logistics Support (CLS) contractor. Additional SE support may include engineering studies; technical engineering assistance; Federal Aviation Administration (FAA) approved repairs and inspections; development of engineering change proposals (ECPs); contractor field teams; incorporation of service bulletins; rapid response engineering skills, services, and materials to support unforeseen and unpredictable events that affect the C-40A; operational readiness support; accident and mishap investigations; training and training materials; maintenance aids; Original Equipment Manufacturer (OEM) field service representatives (FSRs); and administration, updates and distribution of OEM on-board performance tool software and aircraft-related database software. The OEM SE support services will satisfy and maintain the FAA certification process on the C-40A aircraft that is required by FAA Federal Aviation Regulations. This work is currently being performed by the OEM, The Boeing Company, 7755 E Marginal Way S, Seattle, WA 98108-4002, CAGE Code 81205, under NAVAIR Contract Number N00019-14-D-0002. Responses to this RFI will be used for information and planning purposes only and do not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. Responders are responsible for all expenses associated with responding to this RFI, the Government will not provide any form of compensation or reimbursement for the information provided. The Government may request additional information upon review. Responses to this RFI are not to exceed 5 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 12 pt Times New Roman or Courier New. A two sided page will be considered two pages for the purpose of counting the 5 page limit. The following may be included and will not count toward your 5 page limit: cover page, table of contents and rear cover page. The Government requests that the respondents deliver one electronic soft copy to the Government POC in Microsoft Word or PDF format by 4:30PM EST on 08 MAR 2018. All submissions should include RFI Reference Number, company, address, CAGE code, and DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your company's response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.). Responses to this RFI may NOT be submitted via facsimile or by electronic means such as e-mail. Acknowledgement of receipt will be provided if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. Summary papers that fail to comply with the above instructions or present ideas not pertinent to the subject, may not be reviewed. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. It is requested that no classified data be provided. To aid the Government and permit assistance from Government contractor support service personnel, please do not submit any information marked proprietary. If respondent believes that a complete response would require proprietary information submission, please notify the Government POC immediately. Questions about this announcement shall be submitted to the following Government POC: Primary Point of Contact: Amie Blade Contract Specialist amorena.blade@navy.mil Phone: 301-995-4885 Fax: 301-995-0377 Secondary Point of Contact: Ron Hickman Contracting Officer ronald.a.hickman@navy.mil Phone: 301-342-9935 Fax: 301-995-0377 Contracting Office Address: 21936 Bundy Road, Building 442 Patuxent River, Maryland 20670 United States As stated above, this is NOT a request for Proposal. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. SUMMARY This announcement constitutes a Request for Information (RFI) led by PMA-207. This is NOT a Request for Proposals. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-RFPREQ-PMA-207-0012/listing.html)
 
Place of Performance
Address: Naval Air Station (NAS) Patuxent River, Naval Air Systems Command, (NAVAIR), Tactical Airlift Program Office (PMA207), Bldg 419, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04831435-W 20180224/180222231710-d74fc46a8fb2de7164d33a33dd8771bc (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.