Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 11, 2024 SAM #8201
SOURCES SOUGHT

15 -- H-53 General Electric (GE) Basic Ordering Agreement (BOA)

Notice Date
5/9/2024 5:47:57 AM
 
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
N00019-25-RFPREQ-APM261-0090
 
Response Due
5/24/2024 1:00:00 PM
 
Archive Date
06/08/2024
 
Point of Contact
Julie Kemp, Garrett W. Douglass
 
E-Mail Address
julie.e.kemp2.civ@us.navy.mil, garrett.douglass@navy.mil
(julie.e.kemp2.civ@us.navy.mil, garrett.douglass@navy.mil)
 
Description
Sources Sought for H-53 General Electric (GE) Basic Ordering Agreement (BOA) INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 H-53 Heavy Lift Helicopters Program Office, is seeking sources that have the capability, experience and facilities required to provide sustaining engineering, program management, and logistics support required to support operation, maintenance, and training of the H-53 T-64-GE-416/416A/419 (T64) and the CH-53K T408-GE-400 (T408) engines and associated support equipment. 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 PROGRAM BACKGROUND General Electric (GE) T64-GE-416/416A/419 turboshaft engines have powered U.S. Navy and Marine Corps' H-53 Heavy Lift Helicopters since 1964. The T408-GE-400 turboshaft engine is a 7,332 Shaft Horse Power (SHP) rated turboshaft engine, developed to power the CH-53K helicopter. The T408 uses increased compressor efficiency, erosion resistant coatings, increased airflow, higher turbine temperatures and efficiency, and design techniques to achieve the increased shaft horsepower necessary to meet the increased tactical range, payload, and survivability of the CH-53K Helicopter. The CH-53K Program has a requirement for the procurement of T408 Engines for the CH-53K System Demonstration Test Article (SDTA), Low Rate Initial Production (LRIP) and Full Rate Production (FRP) aircraft. �Orders placed under this BOA by PMA-261 will support GE efforts related to program management, engineering, depot standup, logistics support and various recurring and non-recurring requirements, to include studies, design, prototyping, and testing of improved systems, engineering change proposals and modification kits.[A1]�[A2]� ELIGIBILITY The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ANTICPATED PERIOD OF PERFORMANCE The planned period of performance will include a single five-year ordering period.� Assume an earliest contract award date of September 2025. ANTICIPATED CONTRACT TYPE Basic Ordering Agreement with multiple contract types per delivery order. REQUIRED CAPABILITIES The requirements under this effort are to provide sustainment support for the USMC/USN H-53 helicopter in order to improve aircraft readiness, enhance reliability, and increase maintainability of aging aircraft.� The Government is unable to furnish H-53 technical data for aircraft components that will require prototype modifications or technical data required for integration of the prototype parts. Specific tasking may include: Provide necessary engineering support to design, develop, and manufacture aircraft prototype parts and modifications to existing parts. Lead efforts to test and qualify aircraft parts for production;� Prepare, maintain, revise and submit drawings for production and retrofit of aircraft parts or auxiliary equipment.� These drawings define the configuration of the prototype or equipment being developed or manufactured; Provide necessary engineering and facilities to support Engineering Investigations (EIs), to include support of the teardown, identification of problems, investigation of cause, and recommendations for improvement, including updated drawing packages as required for developmental and production items; Systems engineering and integration analysis, including but not limited to: Engineering Change Proposals; non-recurring engineering; Engineering/Data Requirements Agreement Plan (E/DRAP) and flight clearance analysis; life cycle analysis; prototyping/capability development; retrofit safety and test equipment changes; spare and repair analysis for aircraft, subsystems, training simulators/devices; support equipment and related software efforts; interface analysis and management; engineering investigations; service life assessment support; service life extension support and trade studies; Integrated logistics support, including but not limited to: development/validation /verification of technical data and drawing packages/publications/manuals/changes/ directives; supportability analysis; logistics environment support and analysis; reliability and maintainability analysis/improvements; Testing and related test support, test plans and test reports for aircraft and subsystems, including but not limited to: bench testing, qualification/requalification testing, validation and verification, airworthiness, ground and fatigue engineering, training system testing, modeling and simulation, wind tunnel, ground and flight testing, data reduction and analysis of flight test data, flight clearance recommendation and tactics development; Configuration Management and Obsolescence management efforts for aircraft and training systems, including, but not limited to: change management, configuration audits, obsolescence trade studies, obsolescence component testing, and forecasting and replacement analysis. In order to perform these tasks, respondents must have the following capabilities: Demonstrated knowledge of H-53 loads and dynamics, weight and balance, electrical, human systems, performance analysis, system safety, and E3 to provide adequate analysis in support of the flight clearance process. Demonstrated knowledge and ability to analyze H-53 enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS performance charts. Access to technical data required to design, develop, manufacture, and integrate aircraft prototype parts. Demonstrated knowledge and ability to evaluate aircraft performance and the impact of aircraft changes on the current configuration of the CH-53E Automated Logistics Environment and the H-53 Fleet Common Operating Environment (FCOE). Demonstrated knowledge and ability to design develop and manufacture aircraft prototypes parts. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 12 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: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 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. Management approach to staffing this effort with qualified personnel; Company�s prior/current experience and demonstrated knowledge of H-53 loads and dynamics, weight and balance, electrical, human systems, performance analysis, system safety, and E3 to provide adequate analysis in support of the flight clearance process Company�s prior/current experience and ability to analyze H-53 enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS performance charts. Company�s prior/current experience and ability with the CH-53E Automated Logistics Environment). Company�s prior/current experience and ability with the H-53 Fleet Common Operating Environment (FCOE). What specific technical skills does your company possess which ensures capability to perform the tasks? What test equipment does your company own or have access to that could be used in support of qualification testing of aircraft prototype parts? Provide any existing technical data licenses of agreements with the H-53 OEM for performance of H-53 related tasking or provide documentation, with concurrence from the OEM, demonstrating the ability to obtain any necessary license/agreement for access to H-53 technical data for this effort.� Documents submitted in response to this requirement will not be counted against any page limitations. 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. 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. 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 Julie Kemp at julie.e.kemp2.civ@us.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, 24 May 2024. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a4b70ab7892454bb9a85e4372b96e10/view)
 
Record
SN07059352-F 20240511/240509230051 (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.