Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2012 FBO #4004
SOURCES SOUGHT

16 -- USMC KC-130T Engine Instrument Display System Installations

Notice Date
11/8/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
USMC_KC-130T_Engine_Instrument_Display_System_Nov12
 
Point of Contact
Daniel E. Laursen, Phone: 3019954817, Teri Branch, Phone: 301-342-9923
 
E-Mail Address
dan.laursen@navy.mil, teri.branch@navy.mil
(dan.laursen@navy.mil, teri.branch@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, NAS Patuxent River, Maryland, Program Management Office (PMA-207) is performing market research seeking sources to install an Engine Instrument Display System (EIDS) into 11 KC-130T United States Marine Corps Reserve (USMCR) aircraft. The results of this Sources Sought will be utilized to determine the capability of industry to provide the required products and services and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. ANTICIPATED TIME FRAME Estimated RFP release: August 2013 Estimated Award: March 2014 Period of Performance: Base period of 12 months and one option period of 12 months. Installations require completion by September 2015. 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. The EIDS system replaces 43 engine and aircraft indicators with a highly reliable digital display that is compatible with existing cockpit configurations. This system has been successfully installed on C-130T USN aircraft, under existing Prime Contract N00019-06-D-0038. This contract is a Cost Plus with BAE Systems, and can be requested at http://foia.navair.navy.mil. This effort will consist of 11 production installations. In addition to providing installation services, the Contractor must demonstrate they have the capability to manufacture Contractor Furnished Equipment (CFE). The CFE includes the aircraft integration and installation hardware (referred to as an "A" kit), consisting of wiring, cables, and necessary hardware to successfully integrate EIDS. All CFE "A" Kits shall be manufactured in accordance with the Government provided Navy engineering C-130 Fleet Support Team drawings. The potential offeror must also indicate that they possess hangar facilities and support equipment with the capacity to modify, store and secure two (2) aircraft at one time. Specific EIDS components will be provided by the USN as Government Furnished Equipment (GFE) consisting of the following: 1) Government Furnished Equipment (GFE) provided by the government consist of "B" kits (major components are: engine instrument displays (2), engine data concentrator unit (1), and engine data concentrator panel (1). 2) Navy engineering C-130 Fleet Support Team data package and technical drawings. 3) USMC KC-130T aircraft. The subject KC-130T aircraft will be provided to the Contractor at the Contractor's facilities. The Contractor is required to provide all supplies and services required to receive and handle aircraft in accordance with OPNAVINST 4790 series. This effort is identified by the North American Industry Classification System (NAICS) Code 336413. The small business size standard for this industry is 1,000 employees. The Program Service Code (PSC) is K016. Responses to this Sources Sought should include a capability statement depicting the companies' complete product and service details, and any other technical information which will allow the US Navy to understand your fielded, if applicable, capabilities and solutions. In addition to the above, please indicate your socioeconomic business classification as it relates to the aforementioned NAICS and PSC codes, and provide evidence of such. Please indicate if you have other government agencies using related products and/or services, and if so, which agencies, POCs and contract numbers? Request responses be submitted no later than 4:00 p.m. on 29 Nov 2012. Written responses may be submitted to: DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (Air 2.3.5.2), ATTN: LTJG Dan Laursen, 21936 Bundy Road, BLDG 442, Patuxent River, MD 20670. Email responses are acceptable and may be submitted to: Dan.Laursen@navy.mil. When submitting, please include: company name, address, point of contact, email address, phone number and fax number. All correspondence shall reference the Sources Sought number: USMC_KC-130T_Engine_Instrument_Display_System_Nov12 on the mailing container and all enclosed documents. All responses must be unclassified. Provide electronic submissions in Microsoft Office 2003 format. Provide written responses in an executive summary format not to exceed 10 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. Responses will not be returned and no findings will be published for industry release nor will any industry debriefings be held. Responses to this Sources Sought are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. NON-DISCLOSURE AGREEMENTS: Provided below is a list of PMA-207 support contractors expected to have access to the data provided by the respondents to this Sources Sought. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. It is anticipated that employees from Zenetex and Amelex will have access and review the Sources Sought responses. IMPORTANT INFORMATION: If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fbo.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/USMC_KC-130T_Engine_Instrument_Display_System_Nov12/listing.html)
 
Place of Performance
Address: Contractor's site meeting the requirements., United States
 
Record
SN02927644-W 20121110/121108234627-39fcfd7330694d999a8e6ed48db05434 (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.