SOURCES SOUGHT
15 -- Producibility & Concurrency
- Notice Date
- 11/19/2018
- Notice Type
- Synopsis
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Building 441 21983 Bundy Road Unit 7 Patuxent River MD 20670
- ZIP Code
- 20670
- Solicitation Number
- Ser23432_17-063
- Response Due
- 12/4/2018
- Point of Contact
- Lisa Troccoli, Contract Specialist, Phone 3017579711, - Lisa M Maples, Contracting Officer, Phone (301) 757-7071, Fax 301-757-5239
- E-Mail Address
-
lisa.troccoli@navy.mil, Lisa.M.Maples@navy.mil
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 Heavy Lift Helicopter Program Office, intends to solicit and negotiate with only one source, under the authority of FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, for the following effort: retrofit modifications for the CH-53K System Demonstration Test Article (SDTA) aircraft and concurrency efforts for the CH-53K Low Rate Initial Production (LRIP) aircraft. PLACE OF PERFORMANCE Place of Performance Stratford, CT Percentage of Effort 100% Government (On-Site) 0% Contractor (Off-Site) 100% THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. DISCLIMER 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. PROGRAM BACKGROUND The CH-53K program (formerly known as the Heavy Lift Replacement (HLR) Program) has been contracted to date through Sikorsky Aircraft Corporation as the sole designer, developer and manufacturer of the CH-53K weapon system. Sikorsky was awarded the Systems Development and Demonstration (SDD) contract in 2006. In addition, Sikorsky was awarded modifications to the SDD contract for four (4) SDTA aircraft in 2013 and awarded the LRIP Lot 1 AAC contract on 18 April 2016. A follow-on modification to the SDD contract for an additional quantity of two (2) SDTA aircraft was awarded in September 2016. The LRIP Lot 1 contract for two (2) aircraft was awarded August of 2017. Sikorsky is the Original Equipment Manufacturer (OEM) of the legacy H-53 fleet. ELIGIBILITY The applicable NAICS code for this requirement is 336411 with a Small Business Size Standard of 1,500. The Federal Supply Code (FSC) is 1520. ANTICPATED PERIOD OF PERFORMANCE The period of performance is January 2019 through May 2021. ANTICIPATED CONTRACT TYPE Cost-Plus-Fixed-Fee price contract types are anticipated. REQUIRED CAPABILITIES The respondent should address its ability to perform each of the following and include a response to each of the specific requests identified below. The contract will provide concurrency management and retrofit modification of the CH-53K aircraft. The contract will consist of nonrecurring and recurring engineering to implement changes to bring aircraft to a common configuration, assess the impact of known changes to the LRIP aircraft and provide recommendations on the procurement suppression of existing parts and material, including, the procurement of new parts and material to minimize cost and schedule impacts, support pending or required configuration changes through analysis of material lead-time, retrofit scope, and production effectivity, and review logistical impacts to delivered aircraft, spares, and publications. Contract Line Items will be specified in each order. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating ability to perform the services listed under the required capabilities. This documentation must address at a minimum the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; 4. Management approach to staffing this effort with qualified personnel; 5. Statement regarding capability to obtain the required industrial security clearances for personnel; 6. Company's ability to begin performance upon contract award. 7. What type of work has your company performed in the past in support of the same or similar requirement? 8. Can or has your company managed a task of this nature? If so, please provide details. 9. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 10. What specific technical skills does your company possess which ensures capability to perform the tasks? 11. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities. 12. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. 13. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 14. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Lisa Troccoli at Lisa.Troccoli@navy.mil and the PCO, Lisa Maples at Lisa.M.Maples@navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 04 December 2018. 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 submitted. No phone calls will be accepted. All questions must be submitted via e-mail. 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 these Sources Sought. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/Ser23432_17-063/listing.html)
- Place of Performance
- Address: 6900 Main Street Stratford, CT
- Zip Code: 06614
- Country: US
- Record
- SN05154962-F 20181121/181119230020 (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 |