Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 10, 2010 FBO #2969
SOURCES SOUGHT

15 -- M-17/L-39C Sources Sought Synopsis - Draft SOW and Attachments

Notice Date
1/8/2010
 
Notice Type
Sources Sought
 
NAICS
441229 — All Other Motor Vehicle Dealers
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-10-R-0032
 
Archive Date
2/6/2010
 
Point of Contact
Christopher T. Kovack, Phone: 240-725-7516
 
E-Mail Address
christopher.kovack@navy.mil
(christopher.kovack@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW Attachment 9 Attachment 7 Attachment 6 Attachment 5 Attachment 4 Attachment 3 Attachment 2 Attachment 1 Mi-17/L-39C SOURCES SOUGHT SYNOPSIS The Naval Air Systems Command (NAVAIR), Commercial Derivative Aircraft Contracts Division (AIR-2.4.3.2), Patuxent River, MD is conducting a market survey to identify potential business sources who have the resources, capabilities, and experience to successfully procure and deliver Mi-17 variant multi-purpose transport helicopters, L-39C trainer aircraft, and initial spares and tools. NAVAIR intends to use the information provided in response to this Sources Sought Synopsis/Request for Information (RFI) to aid in refining its acquisition strategy, budget assumptions, statement of work, and delivery schedule for this effort. The applicable NAICS code for this requirement is 441229. REQUIREMENT DESCRIPTION: In order to fulfill a requirement defined by the Combined Security Transition Command – Afghanistan, the Government is interested in procuring eight (8) (with a potential to increase to 18) new or newly overhauled Mi-17 variant multi-purpose transport helicopters and three (3) new or newly overhauled L-39C trainer aircraft. For the purposes of this synopsis, Mi-17 variant means Mi-8, Mi-17, Mi-17v5, or Mi-171 helicopters. The Contractor will be required to deliver all aircraft to Kabul International Airport in Kabul, Afghanistan. All Mi-17 variant helicopters shall be delivered within 3 months after contract award. All L-39C Trainer Aircraft shall be delivered within 2 months after contract award. The Government intends to conduct a Low Price Technically Acceptable competition to award Firm Fixed Price contract(s) for these items. The Government may award separate contracts for the procurement of either M-17 variant helicopters or L-39C trainer aircraft or a single contract for the procurement of both types of aircraft, whichever is more advantageous to the Government. Additional information on the Government’s requirement can be found in the attached DRAFT Statement of Work (SOW). SUBMISSION CONTENT: Written responses to this RFI are requested to be no more than fifteen (15) single-spaced, 8.5 x 11 inch pages using 12 point font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime Offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. b) A description of the company's past experience and performance of similar contracts for aircraft procurement. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (1) Non-Western Aircraft Procurement, (2) Program Management, (3) Export/Import Regulations, (4) Logistics, and (5) Delivery of aircraft in Afghanistan. c) A summary of the company’s capability and approach to meet the requirement and delivery schedule objectives of this RFI and perform a contract of this magnitude. If the objectives can be met earlier than the Government’s anticipated schedule, indicate the achievable dates. In addition, provide feedback on any of the Government’s objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost. d) A description of notional programmatic information including top level schedules and Rough Order of Magnitude (ROM) costs necessary to achieve the Government’s objectives as stated in the draft SOW. Indicate whether the company intends to submit an offer to provide: (1) only Mi-17 variant helicopters; (2) only L-39C trainer aircraft; or (3) both Mi-17 variant helicopters and L-39 trainer aircraft. If both helicopters and aircraft can be provided, indicate potential economies of scale. e) Any other information the company deems necessary to aid the Government in refining its acquisition strategy. f) Offeror’s existing and potential Joint Venture information, if applicable. SUBMISSION INFORMATION: Interested offerors shall respond to this Sources Sought Synopsis/RFI no later than 4:00 PM (EST) on 22 January 2010. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses; EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SYNOPSIS. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: Email: christopher.kovack@navy.mil Fax: (240) 725-7534 Mail/FEDEX: Naval Air Systems Command Attn: LCDR Chris Kovack, AIR-2.4.3.2.11, 21487 Great Mills Rd. Building CAB III, Suite B Lexington Park, MD 20653 THIS IS A SOURCES SOUGHT SYNOPSIS REQUESTING INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. It is a market research tool being used to determine the availability, capability, and adequacy of potential business sources for preliminary planning purposes. There is no solicitation document available; nor are proposals are being requested or accepted. The Government is not obligated to and will not pay for any costs associated with the information received from potential sources as a result of this synopsis, oral presentations, or any follow up requests for information. Any information provided by respondents to this synopsis is strictly voluntary. It is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-10-R-0032/listing.html)
 
Place of Performance
Address: Aircraft shall be delivered to Kabul International Airport, Kabul, Afghanistan
 
Record
SN02038554-W 20100110/100108235744-2ef9d486b83ec75dc23413272d46f076 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.