Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 23, 2022 SAM #7663
SOURCES SOUGHT

16 -- Center Wing Box Kit and Technical Data Package for C-130J BUNO 170000/S/N 5483

Notice Date
11/21/2022 12:22:04 PM
 
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
N00019-24-RFPREQ-APM207-0232
 
Response Due
12/6/2022 2:00:00 PM
 
Point of Contact
Ryan Sirna, Shawn Campbell
 
E-Mail Address
gregory.r.sirna.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil
(gregory.r.sirna.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil)
 
Description
1.0� INTRODUCTION� This sources sought is being issued by the Naval Air Systems Command (NAVAIR).� The Navy Tactical Air Lift (PMA-207) Program Office is seeking services to produce an Extended Service Life Center Wing Box (CWB) for BUNO 170000/S/N 5483, hereafter referred to as Fat Albert. The CWB kit consists of a basic kit (MEP-25Z) that is common to all models of C-130J, and a variant specific conversion kit that is defined based on the equipment and accessories installed.� This kit (basic and conversion) is required for delivery no later than August 2025.� Additionally, the Government requires the following deliverables in support of updating aircraft publications and kit installation:� Installation Data Instructions (IDI) for the basic and conversion kit, an Engineering Change Proposal (ECP), and airworthiness documentation to facilitate installation of the kit(s).� This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement.� The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing.� All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey.��� DISCLAIMER - THIS SOURCES 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.� 2. BACKGROUND�� Fat Albert was originally procured as a Royal Air Force (RAF) C-130J that was modified through a series of Government generated IDIs to create Fat Albert.� The aircraft was not delivered to NAVAIR with an Extended Service Life CWB.� The existing CWB service life on Fat Albert is expected to expire in Nov. 2025 based on current usage rates by the Naval Flight Demonstration Squadron (NFDS � Blue Angles) who operate Fat Albert.��� 3. INFORMATION REQUESTED AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)�� NAVAIR is conducting market research to identify industry partners that can provide services (deliverables) and kits identified in paragraph 1 and 2 above. Potential contractors are requested to provide information on current products and services, relevant history, evidence of past performance, access to OEM technical data, ability to support schedule and capability of supporting in full the services identified herein. Interested contractors shall submit a capabilities statement describing how they are able to meet the Government�s complete requirements for all efforts described in paragraph 1 above.� The requested information is required to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the above request.� Please submit one copy of your capabilities statement not to exceed 10 pages. If your response includes information you consider proprietary, please mark the information as such. Please do not include company brochures or other marketing type information. The capabilities statement shall include the following:� 3.1 Corporate Information� 1. Company's name and address.� 2. Company's point of contact including email address and phone number.� 3. Company's business size and list of North American Industry Classification System (NAICS) codes under�� which goods and services are provided.� 4. General corporate information.� 3.2 Specific Sources Sought Information Requested� 1. Potential teaming arrangements, contractual relationships, and related past performance with the OEM.� 2. Access to OEM proprietary data (drawings, design data) in order to perform kit builds and deliverables; and ability to provide the Extended Service Life Center Wing Box Kit (includes basic and conversion) to the OEM specifications and deliverables in support of requirements listed in paragraph 1.0.� 3. Access to current OEM technical manuals and Service Bulletins (SBs) in order to generate kit installation instructions.� 4. RESPONSES�� Inquiries regarding this Sources Sought shall be addressed to Mr. Ryan Sirna at gregory.r.sirna.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil.�� Email all information in response to this sources sought to Mr. Ryan Sirna and Mr. Campbell. Responses are due by 5:00 PM EST, 06 DEC 2022.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a595bc5e0c940308ba32edf63027280/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06523701-F 20221123/221122211833 (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.