Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 18, 2020 SAM #6959
SOURCES SOUGHT

15 -- New BOA

Notice Date
12/16/2020 7:05:31 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-NORFP-PMA-276-0206
 
Response Due
1/18/2021 1:30:00 PM
 
Archive Date
02/02/2021
 
Point of Contact
farhan qazi, Jeanette A Moronta, Phone: 3019952821
 
E-Mail Address
farhan.qazi@navy.mil, jeanette.moronta@navy.mil
(farhan.qazi@navy.mil, jeanette.moronta@navy.mil)
 
Description
Request for Information (RFI):Bell Basic Ordering Agreement (BOA) 1.0�� �DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE A RFP IN THE FUTURE. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE BETA.SAM WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFEROR(S) TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. �INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. � The Naval Air Systems Command (NAVAIR) in support of the H-1 Program Office (PMA-276) intends to issue a Basic Ordering Agreement (BOA) for engineering and logistics support, spares, engineering change proposals (ECP), modification kit procurements, sustaining engineering, and technical support of the U.S. Marine Corps H-1 Helicopter Program to include the AH-1W and the H-1 Upgrade UH-1Y/AH-1Z production aircraft, simulators and maintenance trainers. The BOA will support future H-1 helicopter upgrades in a safe, reliable, cost effective, and sustainable manner. �The resultant BOA will have both firm-fixed price (FFP) and cost-plus-fixed-fee (CPFF) clauses.� 2.0�� �PURPOSE The ordering period under this BOA is anticipated to cover CY2021-2026 in support of the H-1 Helicopter program. Orders under this BOA will be comprised of engineering and logistics support, spares, engineering change proposals (ECP), modification kit procurements, sustaining engineering, and technical support to include current fleet helicopters and H-1 Upgrade UH-1Y/AH-1Z production aircraft, simulators and maintenance trainers.� Efforts under this BOA will include, but not be limited to, the following: (a) Non-Recurring Engineering (NRE) for avionics and mission systems Weapon Replaceable Assemblies (WRA) and Shop Repairable Assemblies (SRA) and associated structural changes; (b) NRE for Lead Technical Integrator (LTI) structural / airframe analysis; (c) NRE for Air Vehicle Structural and Electrical Improvements including Rotor Brake Redesign, Drives Systems Accessory Power Quill, Drive Plate Improvements and Internal/External Fuel and Electrical Power Upgrades; (d) retrofit change kits associated with (a) and (c); and (e) delivery of complete UH-1Y and AH-1Z Technical Data Packages. �NRE also includes qualification, validation, verification, test and evaluation, test assets, and prototype change kits associated with (a) and (c). �Additionally, efforts will include program management, logistics analysis, logistics management and documentation, configuration management, and technical, administrative and financial data requirements for efforts associated with (a) through (e) for domestic and FMS aircraft. 3.0�� �REQUESTED INFORMATION Responsible sources may submit a Letter of Intent (LOI) and a concept summary, which contains a detailed description of the effort(s) described in paragraph 2.0 written from a system solution perspective and outlines development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist. Prospective offerors should explain how they are able to work with the Government and the aircraft manufacturer to integrate the aforementioned efforts into the H-1 program. � Each concept summary should address how the proposed BOA meets the following requirements: 1.�� �Description of the specific effort described in paragraph 2.0 with a listing of applicable FAR/DFAR clauses In addition, the interested party should have or had a working relationship with the H-1 OEM (Bell �Textron Inc.). 4.0�� �RESPONSES Data Markings. In order to complete its review, NAVAIR must be able to share an interested respondent�s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data � Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the Letter in Intent (LOI) and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. The Government will not reimburse any costs incurred to prepare responses to this notice. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Letter of Intent (LOI), not to exceed twenty single-spaced pages, �to Mr. Farhan Qazi (Farhan.qazi@navy.mil ) no later than 4:30 PM Eastern Standard Time (EST) 1/18/2021. The LOI shall include the following information to verify credentials (do not submit classified information): 1.�� �An UNCLASSIFIED description of the specific effort solution 2.�� �CAGE code and Classified mailing Address 3.�� �POC the receive additional information or clarification 4.�� �POC to permit NAVAIR to obtain additional data to support analysis 5.�� �Describe your company�s ability to manage and secure up to SECRET information. Record of Receipt. Responding parties must submit a record of receipt of the classified information, to Mr. Farhan Qazi (Farhan.qazi@navy.mil ) by 4:30 PM EDT 1/18/2021. Full Response Submissions. Full response submissions to the above requested supporting unclassified data must be received no later than 4:30 PM EST 1/18/2021 to the following address �� NAVAL AIR SYSTEMS COMMAND ATTN: FARHAN QAZI (AIR-2.3.1312) 48202 Bronson Road BLDG 2805� PATUXENT RIVER, MD 20670-1547 Mr. Qazi�s phone number is (301) 757-2114 and the email address is farhan.qazi@navy.mil.� Provide full unclassified response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible.� It is requested that the response, regardless of its classification level have a page limit of 25 pages, and must be in English. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. Classified information (up to SECRET) shall be in compliance with current DoD directives and procedures (i.e. DOD 5200.22-M, SECNAV M-5510.36, DOD 5200.01). Any unclassified questions regarding this RFI can be directed to Mr. Farhan Qazi (Farhan.qazi@navy.mil) at (301) 757-2114. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/20751aae4c8b430ab231a64d3ca1b7be/view)
 
Place of Performance
Address: Fort Worth, TX, USA
Country: USA
 
Record
SN05875993-F 20201218/201216230151 (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.