Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2024 SAM #8409
SOURCES SOUGHT

J -- Propeller Reliability and Logistics Sustainment Services for R391 Propeller System

Notice Date
12/3/2024 1:40:33 PM
 
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-APM207-0448
 
Response Due
12/18/2024 2:00:00 PM
 
Archive Date
01/02/2025
 
Point of Contact
Kathie Bartz, Shawn Campbell
 
E-Mail Address
kathie.m.bartz.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil
(kathie.m.bartz.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil)
 
Description
1. GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR). The Navy Tactical Lift (PMA-207) Program Office is seeking Propeller Engineering, Reliability and Logistics Sustainment (PERALS) services to provide support for the KC-130J aircraft R391 propeller system utilized by the U.S. Navy (USN), U.S. Marine Corps (USMC), and NAVAIR managed Foreign Military Sales (FMS) cases. The PERALS effort includes Logistics Services to include Propeller Tracking, Field Service Support, O-Level Maintainer Support, Software Support, Technical Publication Support, Engineering Support, R391 Propeller Overhauls, Propeller Blade Reliability Improvements, Spare Component Procurements, and Consumable and Repairable replenishment for propeller components. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336413. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey. DISCLAIMER 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. 2. BACKGROUND The NAVAIR KC-130J program currently provides support for 77 USMC, 1 USN, and 3 Kuwait FMS aircraft consisting of 376 R391 propellers. Field Service Support and O-Level maintenance is required at five operational USMC squadrons located in North Carolina, Texas, California, Hawaii, and Iwakuni Japan. 3. INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide R391 Propeller support for the work scope identified above. Potential contractors are requested to provide information on current products and services, relevant history evidence of past performance, access to original equipment manufacturer (OEM) technical manuals and data, and the capability of supporting in full the functions and services identified herein. Interested contractors shall provide their technical capabilities describing how they are able to meet the Government's complete requirements for the R391 propeller services described in paragraphs 1 and 2 above, either directly or through teaming arrangements. Please submit electronic copy of your capability statement not to exceed 20 pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing type information. The capabilities statement shall include the following: 3.1 Corporate Information 1. Company's name and address. 2. Company�s cage code and Data Universal Number System (DUNS) number. 3. Company point of contact including email address and phone number. 4. Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. 5. Company�s business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, etc.) 3.2 Specific Sources Sought Information Requested 1. Potential teaming arrangements, contractual relationships and related past performance with the OEM. 2. Appropriate FAA certification documentation for performing R391 propeller overhauls and repairs. 3. Access to R391 technical publications and source data and the ability to provide access to R391 publications to the Government. 4. Experience providing consumable and repairable component replenishment support for the R391 propeller within the past five years 5. Experience producing spare propeller components within the past five years. 6. Experience tracking R391 propellers and providing real-time tracking data within the past five years. 7. Experience executing R391 overhauls within the past five years. Specific contract numbers with similar work scope. 8. Experience executing R391 component repairs within the past five years. Specific contract numbers with similar work scope. 9. Experience executing R391 Super O-level maintenance within the past five years. Specific contract numbers with similar work scope. 10. Experience executing logistics support services for the R391 propeller within the past five years. Specific contract numbers with similar work scope. 11. Experience executing R391 propeller Field Service Support within the past five years. Specific contract numbers with similar work scope. 12. Experience executing R391 propeller reliability upgrades within the past five years. Specific contract numbers with similar work scope. 13. Experience executing engineering and technical services for the R391 propeller within the past five years. 14. Supply Chain Management (SCM) and analysis experience including system interfacing with Naval Supply Systems Command Weapons Systems Support (NAVSUP WSS). 15. Experience handling customs and clearances processes in foreign countries, specifically with Kuwaiti import/export licenses. 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Ms. Kathie M. Bartz at kathie.m.bartz.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil Email all information in response to this Sources Sought to Ms. Kathie M. Bartz at kathie.m.bartz.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil are due by 5:00 PM EST, 18 December 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c222ae9431744629dc1e1f860d13fef/view)
 
Record
SN07280487-F 20241205/241203230218 (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.