Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2020 SAM #6786
SOURCES SOUGHT

15 -- Sources Sought Future Long Range Assault Aircraft

Notice Date
6/26/2020 8:36:41 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-20-R-0247
 
Response Due
7/17/2020 2:00:00 PM
 
Archive Date
08/01/2020
 
Point of Contact
Jarrod R. Weeks, Phone: 2563131803, Adrian L. Epps, Phone: (256) 876-3073
 
E-Mail Address
jarrod.r.weeks.civ@mail.mil, adrian.l.epps.civ@mail.mil
(jarrod.r.weeks.civ@mail.mil, adrian.l.epps.civ@mail.mil)
 
Description
This Sources Sought is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.� This notice does not constitute a commitment by the United States Government (USG) to contract for any supply or service whatsoever.� All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor compensate any respondent for any cost incurred in developing information provided to the USG.� The Government may request additional information upon review.� The US Army Future Long Range Assault Aircraft (FLRAA) Project Management Office (PMO), is planning for an acquisition for the FLRAA program of record.� FLRAA is a pre-Major Defense Acquisition Program (ACAT 1C), commissioned to develop and field the next generation of affordable vertical lift utility aircraft for the Army, with the primary mission of long range tactical assault and air movement of personnel and equipment. FLRAA is a key capability within the Future Vertical Lift (FVL) ecosystem and FVL is one of the Army�s top six modernization efforts. The Army intends to field this critical capability with the First Unit Equipped (FUE), no later than Fiscal Year (FY) 2030. FUE is defined as eight production aircraft and all associated support equipment required to conduct operations. The FLRAA PMO is charged with designing, developing, prototyping, manufacturing, and supporting the next generation of long range assault aircraft for the US Army.� The resulting contract for the program of record will encompass technical, engineering, and logistics and supplies to support the development and fielding of the FLRAA weapons system. It is anticipated that the contract action will be a hybrid fixed price / cost type contract with incentives for the Engineering and Manufacturing Development Phase, which includes the delivery of six flying prototypes and two limited user test aircraft, and an option to acquire eight Low Rate Initial Production (LRIP) units. The period of performance (including all options) is anticipated to begin FY 2022 and will culminate with completion of LRIP hardware deliveries and FUE in FY 2030.� It is anticipated that a limited source competitive acquisition, utilizing Federal Acquisition Regulation (FAR) Part 15, will be conducted.� The Army Contracting Command-Redstone (ACC-RSA), on behalf of the FLRAA PMO is seeking to identify qualified sources that can develop and produce the FLRAA Weapon System to achieve FUE status no later than FY 2030. The FLRAA program intends to utilize results of this inquiry as an element of market research to pursue a Limited Source Justification and Approval in accordance with (IAW) FAR 6.302-1(a)(2)(ii), to limit further competition on the follow-on contract for the continued development and production in support of the FLRAA program of record. Any resultant Justification and Approval will be made publicly available in accordance with FAR 6.305. Sources Sought Requirements - Description of Information Requested 1. Provide the following company information with your submission: Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address Point of contact, including: name, title, phone, and email address Size of company, average annual revenue for the past three years, and number of employees d.� Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business 2. Provide �documentation which clearly demonstrates the ability to furnish a qualified manufacturing/production capability for manned rotorcraft weapon systems. Provide an example of past performance manufacturing a new build manned rotorcraft system that successfully progressed through Full Rate Production for Military use, or a Commercial equivalent, at a minimum production rate of 24 units per year. 3. Provide a detailed description of the available Industrial Base to support rotorcraft prototype builds in FY24 and an assessment of current Manufacturing Readiness Level (MRL) IAW the MRL Desk-book version 2.0, found at http://www.dodmrl.com/MRL_Deskbook_2018.pdf. 4. Provide a detailed description of work necessary to achieve MRL 6 by FY24 and MRL 8 by FY28. 5. Provide the cruise speed performance estimate for the proposed FLRAA Solution in an air assault configuration flying at 4,000 pressure altitude in 95 degrees Fahrenheit ambient air temperature (4K/95F) with a full payload equivalent to 12 combat troops at 335 pounds (lbs) each. Provide validation status of the performance estimate to include documented, demonstrated performance. 6. Provide the combat radius estimate for� the proposed FLRAA solution for an air assault mission at 4K/95F with a full payload of 12 combat troops at 335 lbs each. Provide validation status of the performance estimate to include documented, demonstrated performance. 7. Provide a list of critical technologies and the associated technology readiness levels (TRL). 8. Provide a detailed program schedule that highlights the following milestones: All Critical Technologies matured to TRL 7 (TRL 7 Deadline) Delivery of a flight ready prototype air vehicle Delivery of 8 each LRIP air vehicles ���� 9. Certify all the responses to the information requested above is applicable to the FLRAA proposed design and manufactured by the company providing the response. The Government reserves the right to perform site visits and assessments to verify contractor statements/assertions provided in the resultant responses. Due to the current COVID-19 Pandemic and DoD travel restrictions, this activity may be requested virtually in lieu on on-site. Any questions regarding this posting must be directed to the following FLRAA USARMY Redstone Arsenal PEO AVN Mailbox. FLRAA email: disa.redstone.peo-comms.mbx.flraa-usarmy-redstone-arsenal-peo-av@mail.mil No questions will be accepted telephonically nor will any responses to questions be provided telephonically. Proprietary information should be clearly marked. No classified documents will be included in your response. Please be advised all information submitted in response to the Sources Sought becomes the property of the US Government and will not be returned. All information received in response to this Sources Sought marked ""proprietary"" will be handled accordingly. The Government will utilize non-Government personnel (support contractors), as identified below, to review responses to this Sources Sought in support of the FLRAA PM. If the respondent requires a Proprietary Information Agreement (PIA), Non-Disclosure Agreement (NDA), or equivalent with the companies below prior to support contractors reviewing the submissions, the Government requests that the respondent obtain the PIA/NDA from the company Points of Contact (POC) and provide the PIA/NDA or a list of known existing PIA/NDA with their submittal to the FLRAA email address listed on the last page of this Sources Sought. ����������������������� � �Support Contractors: Iron Mountain Solutions Quantitech Trident Brown Technology Torch Technologies, Inc. 4M Radial Solutions Inc. The University of Alabama in Huntsville SAIC COLSA SDI Inc. Alionscience Corporation Integration Innovation Inc. Intuitive Research & Technology Co. * Respondents may request a complete list of POC information using the email link at the end of this Sources Sought. The participating support contractor companies will be precluded from submitting a response to this Sources Sought or any potential subsequent solicitation for this effort. Responses to this Sources Sought shall not exceed total email file size of 9 megabytes. Responses exceeding this limit will not be accepted by the Government. Responses shall also not exceed 25 single-sided pages on 8.5 x 11 size paper. Title page, table of content, graphic chart pages, technical specifications, and product sheets may be included as deemed necessary and will not count against the 25 page limit listed above. �Font size shall not be smaller than Arial 10. All responses shall be submitted via email to the FLRAA email listed below. All information must be readable by Microsoft (MS) Word 2013, MS Excel 2013, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information). This Sources Sought will be open from date of publication through 17 July 2020. The Government encourages participation by small business (including Alaskan Native Corporations (ANCs) and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. All responses must be delivered by 1600 Central Daylight Time on 17 July 2020 to the FLRAA USARMY Redstone Arsenal PEO AVN Mailbox. Email: disa.redstone.peo-comms.mbx.flraa-usarmy-redstone-arsenal-peo-av@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/65aa3806b3b34af0a218b4e6c0e2e475/view)
 
Place of Performance
Address: AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN05705195-F 20200628/200626230153 (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 |
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.