SOURCES SOUGHT
16 -- H-53 Sustaining Engineering and Logistics Support
- Notice Date
- 6/4/2020 6:36:20 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- H-53_Eng_Log_Support
- Response Due
- 6/19/2020 1:00:00 PM
- Archive Date
- 07/04/2020
- Point of Contact
- Kathie M. Bartz, Phone: 3019952037
- E-Mail Address
-
kathie.bartz@navy.mil
(kathie.bartz@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 provide sustaining engineering, program management, and logistics support required to support operation, maintenance, and training of the USMC/USN H-53 helicopter. PLACE OF PERFORMANCE Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) Stratford, CT 100% 0% 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. 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. 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. 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 THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY PROGRAM BACKGROUND The H-53 variant helicopters are the primary heavy-lift rotary wing aircraft for the United States Marine Corps with a mission to provide combat assault transport of heavy weapons, equipment, supplies and troops. The USMC CH-53E and United States Navy MH-53E are critical to the execution of our national security strategy, Navy and Marine Corps warfighting concepts and the associated need for capable heavy-lift. The MH/CH-53 were first put into service in the early 1980s and the requirement exists to sustain and operate the CH-53E through 2030.� Its replacement, the CH-53K, is currently in development, test and Low Rate Initial Production (LRIP) with planned Initial Operational Capability (IOC) in September 2021. Given the highly volatile and rapidly changing threat environment to the USMC/USN warfighter, the H-53 Program Office, PMA-261 must be postured to support accelerated acquisition of enhanced weapon capabilities as well as to mitigate any safety issues and/or readiness degradation identified by the USMC/USN warfighter during operational mission tasking. ELIGIBILITY The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ANTICPATED PERIOD OF PERFORMANCE The planned period of performance will include a single five-year ordering period.� Assume an earliest contract award date of January 2021. ANTICIPATED CONTRACT TYPE Indefinite Delivery Indefinite Quantity Contract with fixed price and cost CLINs REQUIRED CAPABILITIES The requirements under this effort are to provide sustainment support for the USMC/USN H-53 helicopter in order to improve aircraft readiness, enhance reliability, and increase maintainability of aging aircraft.� Specific tasking may include: Systems engineering and integration analysis, including but not limited to: Engineering Change Proposals; non-recurring engineering; Engineering/Data Requirements Agreement Plan (E/DRAP) and flight clearance analysis; life cycle analysis; prototyping/capability development; retrofit safety and test equipment changes; spare and repair analysis for aircraft, subsystems, training simulators/devices; support equipment and related software efforts; interface analysis and management; engineering investigations; service life assessment support; service life extension support and trade studies; Integrated logistics support, including but not limited to: development/validation /verification of technical data and drawing packages/publications/manuals/changes/ directives; supportability analysis; logistics environment support and analysis; reliability and maintainability analysis/improvements; Testing and related test support, test plans and test reports for aircraft and subsystems, including but not limited to: bench testing, qualification/requalification testing, validation and verification, airworthiness, ground and fatigue engineering, training system testing, modeling and simulation, wind tunnel, ground and flight testing, data reduction and analysis of flight test data, flight clearance recommendation and tactics development; Configuration Management and Obsolescence management efforts for aircraft and training systems, including, but not limited to: change management, configuration audits, obsolescence trade studies, obsolescence component testing, and forecasting and replacement analysis. � In order to perform these tasks, respondents must have the following capabilities: � Demonstrated knowledge of H-53 loads and dynamics, weight and balance, electrical, human systems, performance analysis, system safety, and E3 to provide adequate analysis in support of the flight clearance process. Demonstrated knowledge and ability to analyze H-53 enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS performance charts. Demonstrated knowledge and ability to evaluate aircraft performance and the impact of aircraft changes on the current configuration of the CH-53E Automated Logistics Environment and the H-53 Fleet Common Operating Environment (FCOE). � 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 tasking 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 to the tasking described under �Required Capabilities 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 those tasks. Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security clearances for personnel; Company�s prior/current experience and demonstrated knowledge of H-53 loads and dynamics, weight and balance, electrical, human systems, performance analysis, system safety, and E3 to provide adequate analysis in support of the flight clearance process Company�s prior/current experience and ability to analyze H-53 enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS performance charts. Company�s prior/current experience and ability with the CH-53E Automated Logistics Environment). Company�s prior/current experience and ability with the H-53 Fleet Common Operating Environment (FCOE). What specific technical skills does your company possess which ensures capability to perform the tasks? Address any existing licensing/agreements with the H-53 OEM for performance of H-53 related tasking. 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, either individually or along with any combination of small businesses. 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 Disadvantaged, 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 Kathie Bartz at kathie.bartz@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, 19 June 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/43aeb8a0a1b443cc84a5d835cf1098fc/view)
- Place of Performance
- Address: Stratford, CT 06614, USA
- Zip Code: 06614
- Country: USA
- Zip Code: 06614
- Record
- SN05681184-F 20200606/200604230159 (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 |