SOURCES SOUGHT
L -- Contractor Engineering Technical Services (CETS)
- Notice Date
- 8/25/2020 8:06:01 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL AIR WARFARE CENTER CHINA LAKE CA 93555-6018 USA
- ZIP Code
- 93555-6018
- Solicitation Number
- N6893620R0142
- Response Due
- 8/28/2020 3:00:00 PM
- Archive Date
- 08/28/2021
- Point of Contact
- Tabitha Weaver, Phone: 7607933974, David Belasco, Phone: 7607934567
- E-Mail Address
-
tabitha.weaver@navy.mil, david.belasco@navy.mil
(tabitha.weaver@navy.mil, david.belasco@navy.mil)
- Description
- The Naval Air Warfare Center, Weapons Division, China Lake, CA, intends to procure, on an other than full and open competition basis from Sikorsky Support Services, Inc., a five year contract to provide Contractor Engineering Technical Services (CETS) contractor field services (CFS) to various fleet shore activities for the purpose of informing, instructing, and training Navy and Marine Corps military and civilian personnel in the installation, operation and maintenance to include technical guidance and advice to resolve unusually complex technical problems. �CFS technical expertise is categorized by Aviation Core Disciples. �This acquisition is for Contractor Field Services Services-Prime (CFSP) type of Engineering Technical Services (ETS) in support of the H-53 and H-60 helicopters, Avionics, Airframe, and Electrical systems and associated support equipment. Employees working for the OEM are the only individuals who have access to current proprietary technical data and who are capable of resolving complex maintenance and technical problems. �Sikorsky is the prime H-53 and H-60 helicopter manufacturer and is the only available source with the requisite data and specific technical support personnel knowledgeable of this equipment. No other firm possesses the required data and expertise on this equipment. Responsible sources may submit a capability statement, which shall be considered by the agency. �Any offer must clearly demonstrate the capability to respond to this requirement without detriment to the H-53 and H-60 helicopter programs and must include personnel specifically qualified to provide the services described as well as access to Sikorsky proprietary data as required. �Award of this contract is expected to occur in April 2021. (2) PROGRAM DESCRIPTION: This acquisition is for Contractor Field Service � Prime (CFSP) type of Engineering Technical Services (ETS) in support of the H-53 and H-60 associated support �equipment. (3) REQUIRED CAPABILITIES: This requirement will provide on-site and on-call technical and logistics support to Department of Defense (DOD) personnel relating to analysis and recommendations for changes and improvements to equipment installation, operation, modification, maintenance, training, and failure mode analysis for weapon systems/equipment. (4) PLACE OF PERFORMANCE: N/A (5) CONTRACT TYPE: The Government is contemplating awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract. (6) SPECIAL REQUIREMENTS: N/A (7) ADDITIONAL INFORMATION: N/A (1)�� �(8) CONTRACTOR RESPONSE: This notice of intent is not a request for competitive proposals; however, any firm believing it can fulfill the requirement identified above may submit a written response which shall be considered by the agency. The written response shall reference solicitation number N68936-20-R-0142 and provide a capability statement that clearly indicates the firm�s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule. Contractor responses shall also include the following information: a)�� �A reference to the solicitation number N68936-20-R-0142 and brief title of this announcement; b)�� �Company name and address; c)�� �Company's point of contact name, phone, fax, and e-mail; d)�� �Declaration as to whether a U.S. or foreign company; e)�� �Company size (Small or Large according to the identified NAICS and size standard identified), f)�� �If your company is a small business, specify type(s), Provide any anticipated teaming arrangements and delineate between work to be accomplished by the prime and the work to be accomplished by the teaming partners, h) A brief capabilities statement package (no more than 10 pages in length, double spaced, 12 point font minimum), demonstrating ability to perform the specific requirements discussed above. i) An outline of previous projects related to the program description, identify specific work previously performed or currently being performed related to the program description; and j) Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted. Questions and comments are highly encouraged. An opportunity for a site visit will be offered after the solicitation is issued. No The results of the sources sought may also be used to determine if any Small Business Set-Aside opportunities exist using NAICS Code 541330 which has a corresponding $15 million threshold. All Small Business Set-Aside categories will be considered. Vendors should appropriately mark any data that is proprietary or has restricted data rights. Responses shall be submitted by e-mail to the point(s) of contact listed below no later than 15 days from this notice date. 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. Contractors must be certified through Defense Logistics Information Services (DLIS) in order to access CUI. See the DLIS website for registration details at: http://www.dlis.dla.mil/jcp/. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/68465b38dd88481bb7ccfbbb01b8dfd1/view)
- Record
- SN05773377-F 20200827/200825230159 (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 |