SOURCES SOUGHT
69 -- UH-1Y Enhanced Visual System Display Mirrors
- Notice Date
- 2/3/2021 5:41:55 AM
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
- ZIP Code
- 32826-3224
- Solicitation Number
- N61340-21-R-0051
- Response Due
- 2/16/2021 9:00:00 AM
- Archive Date
- 03/03/2021
- Point of Contact
- Lisette Behmke, Phone: 4073804445, Robert Orozco, Phone: 4073804173
- E-Mail Address
-
lisette.behmke@navy.mil, robert.orozco@navy.mil
(lisette.behmke@navy.mil, robert.orozco@navy.mil)
- Description
- Procurement of Enhanced Visual System Display Mirrors on the UH-1Y Flight Training Devices (FTDs) 2F196B-4, 2F226-2, and 2F196B-3. �N61340-21-R-0051 �SOURCES SOUGHT (REQUEST FOR INFORMATION) INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL seeks potential sources for the Procurement of newly cleaned, stripped, and recoated visual system display mirrors on the UH-1Y Flight Training Devices (FTDs) 2F196B-4, 2F226-2, and 2F196B-3 located at Joint Reserve Bases (JRB) McGuire/Dix/Lakehurst (MDL) New Jersey, Belle Chasse JRB Louisiana, and Marine Corp Air Station (MCAS) Kaneohe Bay Hawaii, respectively. Responses received for this notice will serve as consideration for acquisition planning purposes. � SPECIFIC TASKS Devices 2F196B-4 at JRB McGuire/Dix/Lakehurst and device 2F196B-3 at Kaneohe Bay MCAS require a complete mirror cleaning and reseal to improve visual display qualities and prevent further mirror degradation.� Tasking includes evaluation of each mirror surface by qualified field service technicians to determine risk of damage to underlying glass substrate, documentation of existing mirror anomalies, and complete clean and seal of all mirror segments.� Device 2F226-2 at Belle Chasse JRB requires a complete stripping and recoating of all mirror segments to improve visual display qualities.� Tasking includes a pre-modification (that evaluates the contract, luminance, resolution, and geometric accuracy), teardown, packing/crating and shipping of all mirror segments for a factory strip and recoating.� The Mirror segments shall be inspected for quality and pack/crated for return installation and post-modification inspection at Belle Chasse JRB. TRAINING DEVICES SCHEDULE/READY FOR TRAINING (RFT) Device 2F196B-4 McGuire JRB, New Jersey RFT by 15 July 2021 Device 2F226-2 Belle Chasse JRB, Louisiana RFT by 30 September 2021 Device 2F196B-3 Kaneohe Bay MCAS, Hawaii RFT by 25 June 2021 PROGRAM BACKGROUND Flight Safety International, Visual Systems (FSI) is the original designer and installer of the UH-1Y visual system including all component pieces such as the projectors, database image generation system, databases, support structures, and the mirror segments.� The 2F196B-4, 2F226-2 FTD were procured using other than full and open competition (contract N61340-14-C-1000) through issuance of authorized a sole source contract to Bell Helicopter Textron, Inc. (BHTI) with FSI as the main subcontractor, designer, and manufacturer of the visual systems.� The 2F196B-3 FTD was procured using other than full and open competition (contract N61340-12-C-0030) to BHTI with FSI as the main subcontractor, designer, and manufacturer of the visual systems. � The approach for this acquisition ensures that the mirror segments are stripped, recoated, cleaned, sealed, and installed in accordance with the current mirror requirements. Stripping and recoating involves a series of precise procedures that must be exact and specifically controlled in order to ensure no future fractal damage occurs.� The care and installation of the mirrors is also a series of procedures that must be accomplished to ensure successful completion and to maintain visual performance similar to the original visual system specifications.� Failure to perform the procedures to maintain near original specifications could lead to incorrect mirror installation, cracked or damaged mirrors, further degradation of mirror segments, misalignment of mirror segments and inability of Marine aviator to complete required training tasks in the FTDs. ELIGIBILITY The applicable NAICS code for this requirement is 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables). The Product Service Code (PSC) is 6910. Any interested parties must submit a capability statement stating what experience they have with similar efforts and if they are able to accommodate this effort within the required timeline. All responses shall be submitted by email to Ms. Lisette L. Behmke (lisette.behmke@navy.mil) �no later than 12 PM Eastern Standard Time (EST) on Tuesday, 16 February 2021. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2020-O0008 is now in effect which includes the definition of �Similarly Situated Entity� and provides a revised methodology for the 50% calculation for compliance with the clause. Small business primes may count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 rev 1 dated 04/03/20 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000735-20-DPC.pdf). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. DISCLAIMER THIS SOURCE 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. GOING FORWARD, ALL NEW ENTITIES REGISTERING IN GSA�S SYSTEM FOR AWARD MANAGEMENT (SAM), AS WELL AS EXISTING REGISTRATIONS BEING UPDATED OR RENEWED, WILL REQUIRE THE SUBMISSION OF AN ORIGINAL, SIGNED NOTARIZED LETTER IDENTIFYING THE AUTHORIZED ENTITY ADMINISTRATOR FOR THE ENTITY ASSOCIATED WITH THE DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER BEFORE THE REGISTRATION WILL BE ACTIVATED.� IT IS RECOMMENDED THAT ALL INTERESTED PARTIES BE AWARE THAT PROCESSING THIS ADDITIONAL INFORMATION MAY TAKE SEVERAL DAYS AND ARE PROACTIVE IN MAINTAINING THE SAM REGISTRATIONS IN AN �ACTIVE� STATUS AS THE GOVERNMENT CANNOT AWARD TO AN ENTITY WITHOUT AN �ACTIVE� SAM REGISTRATION.� MORE INFORMATION CAN BE FOUND AT WWW.GSA.GOV/SAMUPDATE.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3f55421ef17b43999c8ce5d34e77b989/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05907653-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 |