Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOURCES SOUGHT

J -- Propeller Reliability and Logistics Sustainment Services for R391 Propeller System

Notice Date
9/2/2020 7:44:09 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
N00019-20-RFPREQ-PMA-207-0018
 
Response Due
9/17/2020 2:00:00 PM
 
Archive Date
10/02/2020
 
Point of Contact
Stephanie Ruth Savage, Monica L White
 
E-Mail Address
stephanie.savage@navy.mil, monica.white@navy.mil
(stephanie.savage@navy.mil, monica.white@navy.mil)
 
Description
1.� GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR).� The Navy Tactical Lift (PMA-207) Program Office is seeking Propeller Reliability and Logistics Sustainment (PEARLS) services to provide support for the KC-130J aircraft R391 propeller system utilized by the U.S. Navy (USN), U.S. Marine Corps (USMC), and NAVAIR managed Foreign Military Sales (FMS) cases.� The PEARLS effort includes Logistics Services to include Propeller Tracking, Field Service Support, O-Level Maintainer Support, Software Support, Technical Publication Support, Engineering Support, R391 Propeller Overhauls, Propeller Blade Reliability Improvements, Spare Component Procurements, and Consumable and Repairable replenishment for propeller components.� This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement.� The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336413.� All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey.� 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. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. If after reviewing this information, you desire to respond to this pre-solicitation synopsis, you should provide documentation to substantiate your product meets the requirements specified in this sources sought. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. Unless otherwise stated herein, no additional written information is available. 2.� BACKGROUND The NAVAIR KC-130J program currently provides support for 58 USMC, 1 USN, and 3 Kuwait FMS aircraft consisting of 276 R391 propellers.� Field Service Support and O-Level maintenance is required at six�operational USMC squadrons located in New York, North Carolina, Texas, California, Hawaii, and Iwakuni Japan.�� �� 3.� INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide R391 Propeller support for the work scope identified above.� Potential contractors are requested to provide information on current products and services, relevant history evidence of past performance, access to original equipment manufacturer (OEM) technical manuals and data, and the capability of supporting in full the functions and services identified herein.� Interested contractors shall provide their technical capabilities describing how they are able to meet the Government's complete requirements for the R391 propeller services described in paragraphs 1 and 2 above, either directly or through teaming arrangements. Please submit electronic copy via DOD SAFE your response in an executive summary format not to exceed 20 pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing type information. All responses must be submitted electronically through https://safe.apps.mil and individual files shall not exceed 1GB. Note: DoD SAFE restricts the maximum submission to a total of 8 GB of data and 25 individual files. In the Comments box put the following information: Company�s name, Sources Sought number, POC, Backup POC. If files are encrypted for submission, the Company POC shall send an email with the �passphrase� to the Procuring Contracting Officer (PCO) and the Contract Specialist (CS), specified in below. The following labeling instructions apply to the ""description"" box of each transmission: Each transfer shall provide the Sources Sought number (N00019-20-RFPREQ-PMA-207-0018), the Company name and address and the point of contact's name and phone number. Verification of timely submission will be the DoD SAFE generated email notification of file transfer.� The Government will provide confirmation of receipt to the sender. Creating a DoD SAFE Drop-off For �Common Access Card (CAC) Authenticated Users� Create a �drop-off� with the PCO and the CS as the recipients For �Outside or Non-CAC Authenticated Users� Parties interested in submitting a response to the Solicitation must notify the PCO and the CS to request a drop-off. It is recommended that this request be submitted at least 10 working days in advance of the date and time specified in Sources Sought period ending, to ensure adequate time to process the request. When the PCO or the CS generates a drop-off request for you, the Offeror will receive an email with a link to submit its drop-off.� This link is valid for 14 days, for a one-time submission. The submission must be sent to both the PCO and the CS. Note: DoD SAFE restricts the maximum file submission up to 8 GB or 25 individual files. If the Offeror anticipates multiple submissions could be necessary, the number of links required should be specified in the request. 3.1� Corporate Information Company's name and address. Company�s cage code and Data Universal Number System (DUNS) number. Company point of contact including email address and phone number. Company's business size based on North American Industry Classification System (NAICS) code 336413. Company�s list of NAICAS codes under which goods and services are provided. Company�s business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, etc.) 3.2�Specific Sources Sought Information Requested Proposed approach to meet the Government's complete requirements for R391 propeller support described in paragraphs 1 and 2 above. Potential teaming arrangements. Related past performance within the past five years.� Specific contract numbers with similar work scope. Appropriate FAA certification documentation for performing R391 propeller overhauls and repairs. Access to R391 technical publications and source data and the ability to provide access to R391 publications to the Government. Experience providing consumable and repairable component replenishment support for the R391 propeller within the past five years Experience producing spare propeller components within the past five years. Experience tracking R391 propellers and providing real-time tracking data within the past five years. Experience executing R391 overhauls within the past five years. Specific contract numbers with similar work scope. Experience executing R391 component repairs within the past five years. Specific contract numbers with similar work scope. Experience executing R391 Super O-level maintenance within the past five years. Specific contract numbers with similar work scope. Experience executing logistics support services for the R391 propeller within the past five years. Specific contract numbers with similar work scope. Experience executing R391 propeller Field Service Support within the past five years. Specific contract numbers with similar work scope. Experience executing R391 propeller reliability upgrades within the past five years. Specific contract numbers with similar work scope. Experience executing engineering and technical services for the R391 propeller within the past five years. Supply Chain Management (SCM) and analysis experience including system interfacing with Naval Supply Systems Command Weapons Systems Support (NAVSUP WSS). Experience handling customs and clearances processes in foreign countries, specifically with Kuwaiti import/export licenses. 3.3� Specific Commercial Information Requested a.� Are any of these items/services Commercial Items per FAR 2.101(b)?� �YES�� �NO b.� If YES to #3.3a above are these items available is a PUBLISHED Catalog/Price List?� �YES�� �NO c.� If YES to #3.3b above can you supply us with a copy of your Price List?� �YES�� �NO d.� If NO to #3.3a above � if these items are not currently in the commercial market place, will these items be available in the commercial market place in time to satisfy the government�s delivery requirements on this project?�� �YES�� �NO e.� If YES to #3.3a above can you provide UNREDACTED commercial sales history, listing in catalogs or brochures, known established price list to commercial market place, availability or announcement to the general public?�� �YES�� �NO f.� The Government, and the Government only, must determine not only if an item is commercial but also if the commercial prices are fair and reasonable.� This is usually accomplished through proof that commercial market forces have driven the setting of the commercial price.� Such proof would describe the commercial market acceptance of the price or, more plainly, invoices proving that the item has been sold commercially at like prices, for like quantities.� Is your company willing and able to provide such proof, if the government determines it is needed to verify price reasonableness?�� �YES�� �NO 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Ms Stephanie Savage at stephanie.savage@navy.mil , and Ms Monica White at Monica.White@navy.mil. Email all information in response to this sources sought to Ms�Stephanie Savage, stephanie.savage@navy.mil and Ms�Monica White, Monica.White@navy.mil, Attention: Stephanie Savage and Monica White, 21936 Bundy Road Patuxent River, MD 20670.� �Responses are due 5:00pm Eastern Daylight Time, 17�September 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67b6cd2b10f34e898279c0d639aa58f7/view)
 
Record
SN05785143-F 20200904/200902230147 (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.