Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2020 SAM #6890
SOURCES SOUGHT

15 -- Full Motion Video for MH-60 Sierra

Notice Date
10/8/2020 8:55:59 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-299-0619
 
Response Due
10/23/2020 12:00:00 AM
 
Archive Date
11/07/2020
 
Point of Contact
Marquita J. Davis, Phone: 3017575307
 
E-Mail Address
marquita.davis@navy.mil
(marquita.davis@navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), MH-60 PMA-299 (AIR � 2.3.4.2), Patuxent River, MD is seeking eligible business firms who are capable to maintain, upgrade, and sustain the Full Motion Video (FMV) System known as KnightLink for the MH-60 Sierra Helicopter.� The results of the Sources Sought will also be used to determine if any Small Business Set-Aside opportunities exist.� All Small Business Set-Aside categories will be considered.� In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition.� This effort includes, but is not limited to, the following: Non-recurring engineering (NRE); Software updates and improvements; Interim Sparing; Repair of Repairables; Engineering Change Proposals; Integrated Logistic Support; Support Equipment Procurement in support of the KnightLink System.� The KnightLink software includes operational software, vendor software, maintenance-related software, flight test software, and laboratory support software. The KnightLink hardware includes the repair of repairables (RoR) for the KnightLink Weapons Replaceable Assemblies (WRA), as well as the procurement of interim sparing and Peculiar Ground Support Equipment (PGSE) to support Fleet introduction until the Material Support Date (MSD) has been reached. The Government will review industry responses to this sources sought in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or continue a sole source award to Cubic Corporation, the Original Equipment Manufacturer (OEM) of the KnightLink.� Planned award is in 4th Quarter Fiscal Year (FY) 2021. DISCLAIMER: This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1.� This is not a Request for Proposals.� Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice.� The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person�s costs incurred responding to this Notice. BACKGROUND: As the U.S. Navy�s multi-mission maritime helicopter, the MH?60S aircraft is operationally deployed in support of organic Surface Warfare (SUW), Airborne Use of Force (AUF), Combat Search and Rescue (CSAR), Naval Special Warfare (NSW) and Maritime Interdiction Operations (MIO). The ability for the MH-60S aircraft to transmit and receive real-time FMV to and from airborne assets significantly enhances situational awareness (SA) for the Warfare and Combatant Commanders; Visit, Board, Search, and Seizure (VBSS) boarding teams; Aviation aircrews and Special Operations Forces (SOF).� Currently, the Government does not possess nor have rights to all the necessary data developed by the OEM, Cubic Corporation, for the maintenance, upgrading, and sustainment of FMV (KnightLink) hardware and software into the MH-60S aircraft. Maintenance, upgrading, and sustainment of the KnightLink are required to support current operational requirements, as well as anticipated future capability gaps for the U.S. Navy. � SUBMISSION DETAILS: NAVAIR expects to receive from each respondent a Full Response with capability summary, which contains a detailed description of capabilities to perform software and hardware maintenance, upgrading, and sustainment of FMV capability into the MH-60S aircraft. Each capability summary should address at a minimum: Facilities and Data:� Availability and description of, or the approach used to obtain special facilities and data that would be required to execute the software and hardware maintenance, upgrade, and sustainment of FMV capability into the MH-60S aircraft and test effort while maintaining a consistent Integrated Logistics Support strategy and Engineering discipline of the MH-60S baseline program.� Include a statement regarding industrial security clearance. Also include any other specific and pertinent information as it pertains to this particular area of the procurement that would enhance consideration and evaluation of the capability statement. Execution:� A description for approach for commencing the effort at the estimated award date in the 4th Quarter FY21 and completing in 2nd Quarter FY25. Experience: An outline of previous projects (including Contract numbers and customer), specific work previously performed or being performed (including Contract numbers and customer), and any in-house research and development efforts. Describe how your company would perform the following tasks with specific examples: software analysis, correction of specific software deficiencies, testing, and updates to assist the Government in resolving FMV performance, integration, and/or operational issues in conjunction with integration with subsequent software enhancements or configuration changes to the MH-60S aircraft. Responses to this Notice are not to exceed 10 pages in length on 8.5 x 11-inch paper with one inch margins and font no smaller than 10 point Times New Roman.��� The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this Notice.� Classified material SHALL NOT be submitted.� All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted.� Point-of-contact information should include name, position, phone number, and email address.� Acknowledgement of receipt will be provided.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.� All submissions must be clearly marked with the following caption:� For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only.� Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed.� All information received in response to this Notice that is marked proprietary will be handled accordingly.� Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review.� Note:� If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Ms. M.J. Davis at Marquita.Davis@navy.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3159b20eb9244d66938d9e5fbdfa3d78/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05824676-F 20201010/201008230156 (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.