Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 26, 2024 SAM #8369
SOURCES SOUGHT

16 -- Manufacturing in Support of V-22 Components

Notice Date
10/24/2024 8:41:28 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
N0001924RFPREQAPM2750527
 
Response Due
11/22/2024 9:00:00 PM
 
Archive Date
12/08/2024
 
Point of Contact
Erin M. Walker, Jeffrey Norris
 
E-Mail Address
erin.m.walker12.civ@us.navy.mil, jeffrey.a.norris.civ@us.navy.mil
(erin.m.walker12.civ@us.navy.mil, jeffrey.a.norris.civ@us.navy.mil)
 
Description
1.0 Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V- 22 Joint Program Office (PMA-275) is seeking sources to provide production hardware, spare and/or repair parts and support equipment for the Weapon Replaceable Assembly (WRA) components, to include delivery in support of British Aerospace Engineering� (BAE) Systems Controls Inc. products on the V-22 aircraft, including but not limited to, Flight Control Computer (FCC) and Cockpit Interface Unit (CIU). 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0 Background The V-22 aircraft configuration includes multiple components manufactured by BAE. Historically, BAE components and support have been contracted under contracts with the NAVAIR Basic Ordering Agreement N0001918G0019 and other various contracting vehicles. For improved affordability, the V-22 Program is seeking to establish a contract vehicle for the procurement of products and components. The Government will consider responses for the purpose of determining whether to conduct a competitive procurement. Tasking will consist of spare and/or repair parts and support equipment for the Weapon Replaceable Assembly (WRA) component for the V-22 aircraft. A listing of the BAE components for this V-22 aircraft effort will be provided as Government Furnished Information (GFI) package for this Sources Sought Notice. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. The Government possesses only limited technical data rights to these components. Respondents will need to provide component licensing agreements that clearly demonstrate their ability to obtain access to technical and engineering data/resources needed to fulfill the requirement herein. 4.0 Eligibility The Product Service Code (PSC) is 1680. �Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0 Requested Information GFI shall be provided to interested sources upon authorization. Interested parties must first submit a Letter of Intent (LOI) to obtain authorization to receive GFI associated with this effort and shall include the following information to verify credentials (do not submit classified information): 1. An UNCLASSIFIED description of the respondent�s general capabilities to support this effort; to include, licensing agreements with BAE to allow access to technical data required to fulfill the requirements 2. CAGE code, DUNS Number, and mailing address 3. Business size. Indicate whether Contractor is 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. 4. POC information including email address to receive: the GFI package; additional information or clarification; non-disclosure agreements (NDA); 5. Describe Respondent�s ability to manage and secure classified information After receipt of the GFI, NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with capability summary, which contains a detailed description of capabilities to provide spare and repair parts, support equipment, component procurement, and manufacturing to include delivery of sparing and kits of specific BAE WRA components on the V-22 aircraft. Each capability summary should include at a minimum: 1. Description of the Respondent�s approach and experience with performing these tasks on BAE components provided in the GFI. Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. a. Development and manufacturing of BAE V-22 components; b. Ability to load components with authorized software and/or firmware prior to delivery as well as experience in making changes to software to fix discrepancies and potentially adding capability c. Delivery of support equipment and components for validation and verification; d. Procurement of components to be shipped to Central Kitting Activity for O-Level Retrofit, and spares to Interim Spare Warehouses. e. Obsolescence management efforts including but not limited to obsolescence trade studies, storage of obsolete piece parts, obsolescence component testing and bridge buys or Life-of-Type buys; and f. Past performance cost/schedule/quality ratings for like and similar efforts 6.0 Responses 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 (MAR 2023). 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. Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 4:00 PM Eastern Daylight Time (EDT) 23 November 2024 to the following addresses: Jeffrey Norris- jeffrey.a.norris.civ@us.navy.mil Erin Walker- erin.m.walker12.civ@us.navy.mil Provide full responses with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 25 pages and must be in English. Classified information or material SHALL NOT be submitted. 7.0 Questions Questions regarding this Sources Sought can be directed to Erin Walker at erin.m.walker12.civ@us.navy.mil. 8.0 Summary 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7088f5d1a53d4b2c9bcfe00a3a935a6c/view)
 
Place of Performance
Address: Endicott, NY 13760, USA
Zip Code: 13760
Country: USA
 
Record
SN07249161-F 20241026/241024230117 (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.