SOURCES SOUGHT
16 -- IVHMU B-Kits
- Notice Date
- 4/2/2020 11:15:31 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- H53IVHMUBKits
- Response Due
- 4/17/2020 1:00:00 PM
- Archive Date
- 05/02/2020
- Point of Contact
- Giovanna S. Bonefont, Phone: 3017575262, Amy Beckman, Phone: 3017575292
- E-Mail Address
-
giovanna.bonefont@navy.mil, amy.beckman@navy.mil
(giovanna.bonefont@navy.mil, amy.beckman@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 H-53 Heavy Lift Helicopters Program Office, is seeking sources that have the capability, experience and facilities required to �manufacture and deliver up to one hundred and seventy-five (175) Collins Aerospace Integrated Vehicle Health Monitoring Unit (IVHMU) B-Kits (Part Number: 30279-0203). The B-kits consist of hardware only including the Maintenance Data Computer (MDC), Enhanced Primary Processor Unit (ePPU), Enhanced Vibration Processing Unit (eVPU), Enhanced Bearing Monitor Unit (eBMU), and IVHMS Underwater Acoustic Locating Device. PLACE OF PERFORMANCE Place of Performance:� TBD Percentage of Effort:� 100% Government (On-Site):� 0% Contractor (Off-Site):� 100% 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. PROGRAM BACKGROUND The Main Processing Unit (MPU) on the CH/MH-53E Integrated Mechanical Diagnostics System (IMDS) Health Utilization Monitoring System (HUMS) will become obsolete in 1Q FY2022. The CH-53 Heavy Lift Program Office (PMA-261) has already procured non-recurring engineering, software and A-kit hardware for the CH/MH-53E to replace the current MPU with the Collins Aerospace IVHMU system. The required B-kit hardware must be compatible with the already procured software. The U.S. Navy currently has a contract with Collins Aerospace to develop and release with the latest IMDS software upgrades (software release Function Group 10.0/3.0 (FG 10.0/3.0)). Further, the required B-kit hardware must be compatible with and allow continuation of operation with the existing IMD HUMS installed system. The onboard raw data files generated by the IMDS must remain compatible with the current IMDS ground stations that are currently deployed in the CH-53E and MH-53E squadrons; and, the raw data file created by the IMDS is required to support Condition Based Management (CBM), Military Flight Operations Quality Assurance (MFOQA), On Board Aircraft System and Off Board Ground Station for the Marine Corps and Navy H-53E helicopters.� The IMDS MPU system was developed by Collins Aerospace (formerly UTAS), and the government does not have sufficient data rights to compete this requirement or modify the software. The Collins Aerospace IVHMU is compatible with the latest IMDS software release FG 10.0/3.0 and allows continuation of operation with the existing IMDS HUMS installed system. The IVHMU will perform such functions as aircraft rotor track and balance, full mechanical diagnostics on the complete drive train and usage monitoring, engine health, and records exceedances.� In addition, the IVHMU system provides the required cockpit voice recording for crew voice and flight-deck audio and integration into the existing H-53E Bearing Monitor System (BMS). ELIGIBILITY The applicable NAICS code for this requirement is 541511 with a Small Business Size Standard of $30 million. The Product Service Code (PSC) is 1680. ANTICPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of January 2021. ANTICIPATED CONTRACT TYPE A Fixed Price contract type REQUIRED CAPABILITIES The specific requirement of the effort under this sources sought notice is for manufacture and delivery up to 175 IVHMU B-kits (Part Number: 30279-0203) for the CH/MH-53E to support a 1Q2022 government need date.� The requirement is for hardware kits only, as specified above. No software is required. Prospective offerors MUST address any existing licensing/agreements with the IVHMU OEM for manufacture of the B-kit hardware. 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 service listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract numbers, 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; Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security clearances for personnel; Company�s ability to begin performance upon contract award. Company�s prior/current experience and ability to meet production requirements and quantity of IVHMU B-kits under the proposed effort. Company�s prior/current experience and ability to meet the government�s need date for delivery of the required IVHMU B-kits. Company�s prior/current experience and ability to manage a team of subcontractors?� Please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? Address any existing licensing/agreements with the IVHMU OEM for manufacture of the B-kit hardware. 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. 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. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged23, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 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, Giovanna Bonefont at giovanna.bonefont@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, 17 April 2020. 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd78f3b05ee8478e907d83cd6ecfaf5d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05609226-F 20200404/200402230213 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |