SOLICITATION NOTICE
16 -- Synopsis Overhaul of UH-60 Panel, Control, Elec
- Notice Date
- 10/24/2023 4:24:51 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-24-B-0011
- Response Due
- 11/22/2023 3:00:00 PM
- Archive Date
- 12/07/2023
- Point of Contact
- Darryl Gilliam, Phone: 2569553047, Edward A. Peterson, Phone: 2563138529
- E-Mail Address
-
darryl.l.gilliam.civ@army.mil, edward.a.peterson4.civ@army.mil
(darryl.l.gilliam.civ@army.mil, edward.a.peterson4.civ@army.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Synopsis ACTION CODE: Pre-Solicitation Synopsis DATE: 24 OCT 2023 YEAR: FY 2024 CONTRACTING OFFICE ZIP CODE: 35898 PRODUCT OR SERVICE CODE: 336413 CONTRACTING OFFICE ADDRESS: 5303 Martin Road Redstone Arsenal, AL 35898 SUBJECT: Synopsis for the Overhaul of the UH-60 Panel, Control, Elec. PROPOSED SOLICITATION NUMBER: W58RGZ-24-B-0011 CLOSING RESPONSE DATE: 30 days from posting CONTACT POINT: Darryl Gilliam, email:darryl.l.gilliam.civ@army.mil LINE ITEM NUMBER: TBD CONTRACT AWARD DATE: TBD CONTRACTOR: TBD DESCRIPTION:�The contractor shall furnish all labor, parts, materials, equipment, tools and data (other than Government Furnished Property), necessary to accomplish the Overhaul of the following assets: NOMENCLATURE: Panel, Control, Elec. INPUT NSN:� � � � � � � � � � � INPUT P/N: 1680-01-544-8566����������� 70550-02422-041 OUTPUT NSN:� � � � � � � � � �OUTPUT P/N 1680-01-544-8566����������� 70550-02422-041 ESTIMATED QUANTITY RANGE: Minimum 20 each � Maximum 264 each (Maximum includes a Foreign Military Sales (FMS) Quantity of 44 each). The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance and Overhaul type contract, with minimum / maximum quantities listed above. These are noncommercial items; FAR Part 12 will not be utilized. Required delivery shall be FOB Origin. This NSN is a Non-Critical Safety Item. A. This is a synopsis for the solicitation listed above under FAR Part 14, Two-Step Sealed Bidding method as described in FAR Part 14.5. The two-step procedure is a combination of competitive procedures designed to obtain the benefits of sealed bidding while ensuring only technically acceptable firms participate in the priced sealed bid. The process allows for prospective bidders to participate in Step One, technical proposal submission and for the Government to conduct a technical evaluation. Step One ensures that only technically acceptable contractors participate in Step Two of the sealed bid process. Step One of the solicitation, issued as a Request for Technical Proposal, is issued here.� The submission requirements of Step One, Request for Technical Proposal, shall not include any prices or pricing information. Under the procedures of FAR Subpart 14.5, Step One consists of the request for submission, evaluation and (if necessary) discussion of a technical proposal. Only one (1) technical proposal may be submitted by each offeror. The proposals will be evaluated for technical acceptability. A notice of acceptable or unacceptable will be forwarded to each Offeror who submits a technical proposal pursuant to Step One upon completion of the technical proposal evaluation and final determination. The names of the offerors which submitted acceptable technical proposals will be listed on the Government�s https://sam.gov/ website for the benefit of prospective subcontractors. In Step Two, the Government will issue the solicitation including the final technical specifications only to those bidders whose technical proposals are determined to be acceptable in Step One.� The sealed bidding process in FAR Part 14 will be followed in Step Two. Only bids based upon technical proposals determined to be acceptable, either initially or because of discussions for Step One, will be considered for award. Each bid in Step Two must be based on the bidder's own technical proposal that was submitted, evaluated, and determined to be acceptable in Step One.� The technical proposal submission will be prepared in accordance with paragraph B. B. Step-One is a request for technical proposals only and should not include prices or pricing information. The Government will review Step-One technical submissions for technical acceptability either initially, or as a result of discussions. The Government will ask only those contractors who received an acceptable rating to participate in Step-Two of the bid process. The contractor must complete the following technical survey which will be used to determine its technical qualifications which it must pass to move onto step 2. The contractor�s response to the technical survey will be evaluated by technical experts at the Security Readiness Directorate (SRD). SRD is the airworthiness authority and must approve the technical qualifications of all perspective contractors.� The technical survey is as follows: 1.������ Technical expertise: Describe your expertise with conducting an overhaul, or repair of the Panel, Control Elect, NSN: 1680-01-544-8566, part number 70550-02422-041 for the UH-60?� If not, have you performed an overhaul, or repair, on the same, or like item in the past? ������ a. If yes, to either question, when, for how long, in what quantity, and what specific item? ������ b. If it was under a military contract, what is the contract number? ������ c. Who was the Primary Contracting Officer? Please provide his or her name, organization, and contact information. Please provide contact information for the Defense Contract Management Agency (DCMA) that served as your administrative contracting officer. ����� d. What certifications and experience do your employees have to qualify them to perform the work? Provide all certifications relevant to the M&O program. 2. Special testing equipment: Do you have OEM or equivalent test equipment for the Panel, Control Elect? ������ a. If it is equivalent test equipment, was it certified as equivalent with a release for production certificate? If yes, please provide a copy of the certificate. ������ b. If not in possession of OEM or equivalent test equipment, and plans are to reverse engineer one, do you have internal procedures to certify for equivalency and release for production? 3. Engineering approach: Do you have an overhaul plan for the subject, or like item? If yes, provide a copy for evaluation. The plan must contain instructions and procedures covering the following major categories, at a minimum: ������� a. Receiving inspection instructions. ������� b. Initial testing and evaluation procedures. ������� c. Disassembly, repair, and replacement instructions. ������� d. Assembly instructions. ������� e. Final testing and evaluation procedures Can your company acquire all necessary components to complete an overhaul? If you have worked with the OEM for the subject item, or one of its approved suppliers, provide a copy of a completed, showing item receipt, purchase order for OEM, or approved supplier, parts, or materials. Do you possess or have access to any OEM data or drawings on the item? ��������������� Is it complete or partial? ��������������� If yes to possession of complete or partial OEM Data or Drawings, how did you acquire the rights to the data or drawings? Please provide your license or certificate to substantiate this. �������������� Provide a copy of the purchase order, or other evidence that you have the rights to the data or drawings in your possession. Please redact all pricing information. Do you have a quality plan in place? If so, please provide a copy. Technical submissions must be submitted to the Contracting Officer at email:edward.a.peterson4.civ@army.mil and cc the contract specialist, email: darryl.l.gilliam.civ@army.mil no later than 30 days from the posting of this synopsis.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5b749a177cac4633a29d9f3dbb955c58/view)
- Place of Performance
- Address: AL, USA
- Country: USA
- Country: USA
- Record
- SN06866838-F 20231026/231024230042 (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 |