SOURCES SOUGHT
15 -- Joint Sustainment Contract (In-Service & VH-92A) Presidential Helicopters
- Notice Date
- 2/3/2021 5:49:09 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-21-RFPREQ-PMA-274-0094
- Response Due
- 3/5/2021 1:00:00 PM
- Archive Date
- 03/20/2021
- Point of Contact
- Anthony J Gatlin, Phone: 3019952826, Christopher Rawlings, Phone: 3017571255
- E-Mail Address
-
anthony.gatlin@navy.mil, christopher.rawlings@navy.mil
(anthony.gatlin@navy.mil, christopher.rawlings@navy.mil)
- Description
- Sources Sought for the Class Justification and Approval for the Joint Sustainment Contract: Description INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-274 Presidential Helicopter Program Office, is �seeking sources to provide for Presidential Helicopter (hereafter VH) Sustainment products and support required for VH sustainment to include, but not limited to the management support, technical and Integrated Logistics Support (ILS), for all VH (VH-92A�, VH-3D, VH-60N) In-Service aircraft, Flight Test aircraft� and Maintenance training assets world wide. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. 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. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED, AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The Sikorsky Aircraft Corporation, a Lockheed Martin Company (Sikorsky), is the Original Equipment Manufacturer (OEM) of the VH-3D since 1976, VH-60N since 1990, and VH-92A since 2014 as a result of a full and open competition.� The In-Service aircraft (VH-3D, VH-60N, VH-92A, and Flight Test aircraft) sustainment efforts with the exception of engines and some other systems have always been with Sikorsky since these times. The Program is seeking to issue a follow-on contract for VH-3D and VH-60N and transition from Interim Contractor Support under production with Sikorsky; however, the Government will consider responses for the purpose of determining whether to conduct a competitive procurement for all planned tasking.� The requested information herein is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement.� Given Sikorsky is the OEM of the VH platforms (VH-92A is a deviate of the commercial available Sikorsky designed S-92A), the Government does not possess a complete technical data package for the aircrafts to provide for the efforts described herein. ELIGIBILITY The applicable NAICS code is 336411 with a Small Business Size standard of 1,500 employees. The Product Service Code (PSC) is 1520. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ANTICPATED PERIOD OF PERFORMANCE There will be a five-year period of performance with coverage to begin NLT 1 December 2022. ANTICIPATED CONTRACT TYPE Intends to be an Indefinite Delivery Indefinite Quantity (IDIQ) with fixed price, cost-type, and Time and Materials (T&M) Contract Line Item Numbers (CLINs). REQUIRED CAPABILITIES The requirements under this effort are to provide engineering and logistics support of Depot activities, engineering and logistics investigations, deficiency reports, bulletins, repair procedures, Sikorsky Ground Based Application (SGBA)/Maintenance Data Interface (MDI), engineering and logistics studies and research, on-site technical and logistics support including incorporation of technical directives, sustainment engineering support, material management including spares procurement and component repairs, associated training, physical security services and systems security engineering creating and developing documents, reports and modifications, accident investigations, mitigating fatigue and obsolescence issues, improving readiness and eliminating safety hazards.� SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities.� This documentation must address at a minimum the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under �Required Capabilities within the last three years, including contract numbers, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to those tasks. 4. Management approach to staffing this effort with qualified personnel; 5. Company�s prior/current experience and demonstrated knowledge of VH loads and dynamics, weight and balance, electrical, flight control and hydraulic systems, human systems, performance analysis, system safety, and E3 to provide adequate analysis in support engineering support 6. Company�s prior/current experience and ability to analyze VH enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS performance charts. 7. Company�s prior/current experience and ability with the VH Automated Logistics Environment. 8. Company�s ability to access to VH (to include S-92A) technical data to support all elements of logistics.� 10. Company�s experience to operate a closed-loop supply chain system, meet 100% readiness, while complying with Level III Restricted area security measures for the protection of the VH program, have personnel to support Secret, Top Secret, and Yankee White access. 11. What specific technical skills does your company possess which ensures capability to perform the tasks? 12. Provide any existing technical data licenses of agreements with the VH OEM for performance of related tasking or provided documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to required technical data for this effort. Documents submitted in response to this requirement will not be counted against any page limitations. 13. If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the tasking described in required capabilities, either individually or along with any combination of small businesses. 14. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. 15. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. � Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Anthony Gatlin at anthony.gatlin@navy.mil, in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 4:00 p.m., Eastern Standard Time, March 5, 2021. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.� All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought. VH-92A� is a registered trademark with the United States Navy
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/6988b2d250c149fc969906757cb55694/view)
- Record
- SN05907615-F 20210205/210203230113 (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 |