Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2012 FBO #3920
SOURCES SOUGHT

X -- PMA-257 AV-8B Harrier Warehouse in the UK

Notice Date
8/16/2012
 
Notice Type
Sources Sought
 
NAICS
493110 — General Warehousing and Storage
 
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
N00019-12-P2-HarToolUK
 
Archive Date
10/12/2012
 
Point of Contact
Vicki W Dean, Phone: (301) 757-1263
 
E-Mail Address
vicki.dean@navy.mil
(vicki.dean@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This RFI is issued for information and planning purposes only and does not constitute a solicitation. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for information received in response to this RFI. All information that is received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI will not be returned. Information provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process. Part I. Requirements Description NAVAIR (PMA-257) has conducted a series of meetings to investigate options to relocate Harrier tooling currently stored in the UK (Longtown) to another facility in the UK for further use by UK vendors. This RFI is being released for the purpose of determining Industry's interest in supporting a potential 5 year FFP contract that the U.S. government funds based on total square footage occupied. AV-8B/F402 Background and Program Scope The T/AV-8B aircraft provides support to the Marine Air Ground Task Force to attack and destroy surface and air targets. The aircraft's capabilities provide a responsive and flexible Vertical/Short Takeoff and Landing (VSTOL) light-attack aircraft that can operate from both air-capable ships and austere sites ashore in support of Marine Corps and joint warfighting operations. The T/AV-8B is scheduled to remain in service until 2030. In order to sustain this platform and keep it operationally relevant, the program continues to monitor obsolescence, logistics, avionics, propulsion, sub-systems, and support issues. Sustainment of the aircraft requires existing tooling to be maintained, inventoried, and properly stored in support of future spares contracts and other sustainment requirements. Part II. Capability Survey Questions 1. Business Information: Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). 2. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 3. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4. Describe your company's transportation and storage management capabilities and experience including, but not limited to: • Electronic Tooling Inventory Management Systems (ETIMS) • Packaging, Handling, Storage and Transportation of aviation production tooling 5. Describe your company's experience supporting similar contracts. 6. Provide a description of your quality program. Part III. Approach Survey Questions 1. Provide a narrative on the approach your company would use to meet the requirements of this initiative. 2. What data would your company require from PMA-257 to meet the requirements of this initiative? 3. How would your company recommend collaborating with customers and suppliers in anticipation for future Harrier tooling requirements for tooling use by UK vendors? 4. What is your company's position on the optimum contract length (minimum and maximum) needed to reduce cost? Is there a contract length that would preclude your company from responding to an RFP? 5. What is your company's position on the maximum fixed price period length and what is the best method for adjusting pricing (i.e. price redetermination or Economic Price Adjustment (EPA) and at what frequencies? 6. Identify any areas of significant risk associated with executing this initiative and potential mitigating strategies. If you have an interest in supporting this requirement provide a written response to both Ms. Vicki Dean and Mr. Nick Smith NLT 27 Sept 2012 at the following e-mail addresses; Vicki.dean@navy.mil and nick.smith@navy.mil. 3. Vendors that desire to participate in the RFI, should provide a response to Part II Capability Survey Questions and Part III Approach Survey Questions that supports your company's capability and approach in meeting these requirements no later than 27 Sept 2012. Failure to provide documentation may result in the government being unable to adequately assess your capabilities or approach. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 4. Questions relative to this RFI should be addressed to Nick Smith, via email nick.smith@navy.mil, phone (301) 757-5416. 5. Written responses are to be submitted in PDF format, either on hard disk or through e-mail, and must be received no later than 27 Sep 2012. Please e-mail or mail responses to: NAVAIR PMA-257 Attn: Nick Smith PMA-257, Bldg 404, Room 200 22145 Arnold Circle Patuxent River, MD 20670-1541 and Ms. Vicki Dean 47123 Buse Road Building 2272, Room 453 Patuxent River, MD 20670-1541 Again, this RFI is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or any responses submitted as a result of this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-12-P2-HarToolUK/listing.html)
 
Place of Performance
Address: PMA 257, Bldg 404, Room 200, 22145 Arnold Circle, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN02842810-W 20120818/120817000502-e54c3262e3e5a49636fe05ccc4c070d5 (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.