Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2020 SAM #6952
SOLICITATION NOTICE

15 -- Pre-Solicitation Notice for the Future Long Range Assault Aircraft

Notice Date
12/9/2020 11:52:42 AM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-21-R-0084
 
Response Due
12/24/2020 2:30:00 PM
 
Archive Date
01/08/2021
 
Point of Contact
Jarrod R. Weeks, Justin M. Doan
 
E-Mail Address
jarrod.r.weeks.civ@mail.mil, justin.m.doan.civ@mail.mil
(jarrod.r.weeks.civ@mail.mil, justin.m.doan.civ@mail.mil)
 
Description
This is a notice of intent to solicit a requirement utilizing other than full and open competition. The United States Army Contracting Command � Redstone Arsenal, Alabama (ACC-RSA) 35898-5280, on behalf of the US Army Future Long Range Assault Aircraft (FLRAA) Project Management Office (PMO), intends to issue Solicitation W58RGZ-21-R-0084 under the statutory authority of Title 10, United States Code, 2304(c)(1) as implemented by FAR Part 6.302-1(a)(2)(ii)(B) - Only One Responsible Source or Only From a Limited Number of Responsible Sources and No Other Supplies or Services Will Satisfy Agency Requirements. This synopsis is provided for informational purposes and is not to be considered a Request for Proposal. This notice does not constitute a commitment by the United States Government (USG) to contract for any supply or service. 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.� FLRAA is a pre-Major Defense Acquisition Program (ACAT 1C), established 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. The proposed award will be a hybrid Cost Plus Incentive Fee (CPIF) and Fixed Price Incentive (FPI) contract in accordance with FAR subpart 16.4 � Incentive Contracts, for the design, development, test and production of the FLRAA weapons system. 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.� The Army has determined through extensive market research, including a July 2020 Sources Sought, that only two (2) sources exist in the market space that have the capability and capacity of developing, manufacturing, testing, and delivering both prototype and initial production FLRAA in the time allocated to achieve the Army�s goal of an FUE in FY 2030. As a result, it is anticipated that a limited source competitive acquisition utilizing Federal Acquisition Regulation (FAR) Part 15, will be conducted between Bell Textron Inc. of Fort Worth, TX, CAGE Code 94799 and the Sikorsky Aircraft Company of Stratford, CT, CAGE Code 78286. Copies of the draft solicitation may be provided, upon request, to other responsible qualified sources that can meet all requirements set forth below and that are also able to meet all security requirements authorizing release of any information. Any other responsible, qualified sources, discussed above, that can develop and produce the FLRAA Weapon System to achieve First Unit Equipped (FUE) no later than 2030 are encouraged to fully identify their interest and capabilities in accordance with the requirements below within 15 days after publication of this synopsis and will be considered by the agency. Submission should be sent by email to Justin Doan, Contract Specialist, at justin.m.doan.civ@mail.mil and must be received no later than 4:30 pm CT on the response due date and contain the following information: Requirements - 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 Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (AN Cs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including AN Cs and Indian tribes), or Woman-Owned Small Business. 2. Requirements to identify the capability and capacity of developing, manufacturing, testing, and delivering both prototype and initial production FLRAA in the time allocated to achieve the Army�s goal of an FUE in FY 2030: Provide documentation that 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. Provide documentation that clearly demonstrates the ability to achieve Preliminary Design Review (PDR) in FY22 as well as other key programmatic milestones to include delivery of eight production aircraft and all associated support equipment required to conduct operations no later than FY30. Provide a detailed description of the available Industrial Base to support rotorcraft prototype builds starting at the end of 3QFY23 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. Provide a detailed description of work necessary to achieve MRL 6 by the end of 3QFY23 and MRL 8 by FY28. Provide the cruise speed performance estimate for the proposed FLRAA Solution in an air assault configuration flying at 2,000 feet pressure altitude in 85 degrees Fahrenheit ambient air temperature (2K/85F) with a full payload equivalent to 12 combat troops at 290 pounds (lbs) each and 4 crew at 281 lbs each. Provide validation status of the performance estimate to include documented, demonstrated performance. Provide the combat radius estimate for the proposed FLRAA solution for an air assault mission at 2K/85F with a full payload of 12 combat troops at 290 lbs each and 4 crew at 281 lbs each. Provide validation status of the performance estimate to include documented, demonstrated performance. Provide a list of critical technologies and the associated technology readiness levels (TRL). 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 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 of on-site. Only responsible sources will be considered. A determination by the Government not to further compete this proposed effort based upon responses to this notice is solely within the discretion of the Government. Contractors must be properly registered and fully qualified to do business with the federal government. This notification satisfies the requirement under FAR 5.204.� As such, no further notice will be made prior to contract award. This notice may represent the only official notice concerning this solicitation. The Government will not pay for any information provided under this notice. Questions regarding this synopsis shall be directed to Justin Doan, Contract Specialist, at justin.m.doan.civ@mail.mil. No questions will be accepted telephonically nor will any responses to questions be provided telephonically.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b1f20b855b844a984075cbac75b5da7/view)
 
Record
SN05870119-F 20201211/201209230147 (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.