SOURCES SOUGHT
99 -- Sources Sought for possible Feasibility of Stall Margin Improvement Studies and Analysis, Contract for the F404-GE-103 in the T-7A aircraft.
- Notice Date
- 8/8/2024 11:50:41 AM
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- F404-GE-103_IDIQ_FSMISA_SS
- Response Due
- 8/13/2024 2:00:00 PM
- Archive Date
- 08/28/2024
- Point of Contact
- Kimberly Thibodeau(804)279-2422
- E-Mail Address
-
Kimberly.Thibodeau@dla.mil
(Kimberly.Thibodeau@dla.mil)
- Description
- The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in this anticipated support program. The Government seeks information that will be used as part of an analysis to determine if responsible sources exist to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code is 336412 which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in responses from all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. The Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. However, all responses received by the synopsis response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The key overarching objective of this acquisition is to determine the feasibility of increasing the Stall Margin Remaining for the F404-GE-103 in the T-7A aircraft to enable the T-7A to improve upon the Advanced Pilot Training (APT) System Specification (SS) requirements with unrestricted throttle up to a pressure altitude of 45,000 ft. The contractor will be required to conduct a feasibility study to outline possible Courses of Action (COAs) to improve the stall margin and operational envelope of the T-7 aircraft. The study will also describe any other known impacts of implementing an F404-GE-103 Engineering Change Proposal (ECP) to incorporate the COAs pre versus post MS-C in the program. The contractor shall provide a manager for participation in progress meetings reviewing study activity. The Contractor shall prepare and deliver a draft report and then a final report to include the Cost Benefit Analysis (CBA). The contractor shall prepare and conduct an out-brief or TIM of the study results to the Program Office that will include delivery of the briefing materials and minutes from the out-brief/TIM. The contractor shall perform administrative and program management functions during this effort to ensure efficient and effective execution. These functions include scheduling of activities; describing status of effort; outlining contractor activity and progress toward accomplishment of objectives; and program planning as required to ensure efficient and effective completion of study activities and milestones. �Responses are required by no later than 13 August 2024. �Reponses must include the following information: Company Name Address CAGE Code Point of Contact Phone Email Web page URL, if available Small business type or category you represent, if applicable. Identify as a U.S. or Foreign Owned Entity Indicate whether your interest is a prime contractor or as a subcontractor Respondents must address: Their capability to satisfy all objectives listed above, to include a description of the extent and content of prior experience on engineering efforts that are similar in nature and scope and, Willingness to provide upfront pricing for full term of contract, What quality control systems/measures currently in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program), Experience with Government Source Inspection and OSHA standards, and Their current status of being registered in the System for Award Management (SAM) and Wide Area Workflow (WAWF), as well as their access to any Government systems, authorized for use in performance of another Government contract. Request interested sources are also encouraged to complete the Sources Sought questionnaire provided as an attachment to this notice and review the Disclaimer incorporated. Disclaimer THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS POTENTIAL SOURCES SOUGHT (PSS) OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This PSS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this PSS that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the PSS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this PSS. Responders are solely responsible for all expenses associated with responding to this PSS. Interested sources should contact DLA Aviation by August 13, 2024, for further information. Inquiries should be directed to, Kimberly Thibodeau, DLA Aviation - AB, 6090 Strathmore Road, Richmond, VA 23237, or by email at Kimberly.Thibodeau@dla.mil. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1b362f408ff9451ea512a0362e1648dd/view)
- Place of Performance
- Address: Richmond, VA, USA
- Country: USA
- Country: USA
- Record
- SN07163455-F 20240810/240808230129 (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 |