SOURCES SOUGHT
28 -- AE1107C Engine-Related Systems Engineering, Technical, and Logistics Support for the V-22 Aircraft
- Notice Date
- 3/5/2024 1:05:23 PM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPREQ-APM275-0230
- Response Due
- 3/20/2024 9:00:00 AM
- Archive Date
- 04/04/2024
- Point of Contact
- Julie Gill, Phone: 3013427607, Jeffrey Norris
- E-Mail Address
-
julie.m.gill2.civ@us.navy.mil, jeffrey.a.norris.civ@us.navy.mil
(julie.m.gill2.civ@us.navy.mil, jeffrey.a.norris.civ@us.navy.mil)
- Description
- THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES.� THIS IS NOT A REQUEST FOR PROPOSAL OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. .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. The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking sources to provide AE1107C engine-related systems engineering, technical, and logistics support of all United States Marine Corps (USMC), United States Navy (USN), United States Air Force (USAF)/United States Special Operations Command (SOCOM), and Foreign Military Sales (FMS) variants of the V-22 aircraft. The requested support will include the procurement of engine parts; support of integration requirements and testing; engineering change proposals, analysis, and associated technical data; logistics support planning; software and sustainment efforts, and infrastructure support related to engine monitoring systems and subsystems, including, but not limited to, performance status model development, software upgrades, and avionics support; testing, including, but not limited to, bench, integration and propulsion system testing; production, prototyping, validation, and testing of change kits; and Fleet support, including, but not limited to, support of deploying squadrons and support for Contingency Operations. The Government does not possess the necessary Technical Data/Drawing package required to provide the required support and services for these efforts. Companies who believe they are able to provide this capability must demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure the necessary technical data, and show that it will be maintained throughout the duration of the effort being solicited. You may also highlight unique data generation techniques used by your company, or areas where modifications can be performed, or the capability can be provided, without technical data provided by the Government or original equipment manufacturer (OEM). � This Sources Sought is a market research tool being used to determine potential and eligible small and or other than small business firms capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. �Any future contract actions that the Government may intend to procure will be synopsized on the Government wide Point of Entry (GPE) as applicable in accordance with FAR 5.201(b). SUBMISSION DETAILS Interested businesses shall submit a brief unclassified capabilities statement package (no more than ten 8.5 x 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to provide the supplies or services listed in the required capabilities described herein. Documentation should be in bullet format. Data Markings: In order to complete its review, NAVAIR must be able to share a 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 must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR):� If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. The capability statement package shall be sent via email to julie.m.gill2.civ@us.navy.mil.� Submissions must be received no later than 12:00 p.m. Eastern Standard Time on 20 MAR 2024. Questions or comments regarding this notice may be addressed julie.m.gill2.civ@us.navy.mil.� All responses shall include Company Name, Company Address, Company CAGE Code, Company Business Size, and Points-of-Contact (POC) including name, phone number, and email address.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4dbc62df1fb34bcd94adebf1b6e8c6fe/view)
- Place of Performance
- Address: Indianapolis, IN, USA
- Country: USA
- Country: USA
- Record
- SN06986794-F 20240307/240305230056 (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 |