Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 09, 2013 FBO #4215
SOURCES SOUGHT

69 -- VSS UH-72 Lakota Installation - NTPS VSS Installation SOW

Notice Date
6/7/2013
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-13-R-0104
 
Archive Date
7/6/2013
 
Point of Contact
Steven M Williams, Phone: (301) 757-9717, Colleen G Coombs, Phone: (301) 757-9718
 
E-Mail Address
steven.m.williams2@navy.mil, colleen.coombs@navy.mil
(steven.m.williams2@navy.mil, colleen.coombs@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work INTRODUCTION The Naval Air Warfare Center Aircraft Division (NAWCAD) Contracts Department (AIR 2.5.1.12), Patuxent River, MD is posting this sources sought to determine the interest in this requirement and determine if that interest warrants a full and open competition or a set-aside to The U.S, Naval Test Pilot School (USNTPS), for Variable Stability System (VSS) designed and built by Veridian Engineering - Flight Research Group (VE-FRG, now Calspan) as an integral part of the Helicopter Flight Mechanics flight syllabus since 1992. The VSS shall allow the in flight demonstration of the effects of varying stability and control parameters about the pitch, roll, and yaw axes of the aircraft. The variation in flying qualities shall be accomplished by sensing control and flight variables and using those signals to modify the input made to the upper controls using the production aircraft, limited authority, Smart ElectroMechanical Actuator (SEMA) series actuators provided for the pitch, roll, and directional channels. It is required that the system be designed such that one or all axes (Pitch, Roll, Yaw) may be selectively under VSS control. ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SEND IN A CAPABILITY STATEMENT. The attached draft statement of work provides additional information about the required tasking. If your company has any questions about the structure of the statement of work, or areas that may need further definition, please also identify those in the response. Since the resultant contract will be a cost-type effort, the successful awardee will also be required to have a Government approved accounting system upon task order award. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. This sources sought will also be utilized to identify that adequate competition exists among large businesses if this is not a Small Business Set-Aside. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor NAS Patuxent River, MD 60% 40% 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 TASK ORDER 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." PROGRAM BACKGROUND The U.S, Naval Test Pilot School (USNTPS) trains and graduates qualified engineering test pilots, flight test officers and flight test engineers to conduct test and evaluation at the Naval Air Warfare Center - Aircraft Division (NAWCAD) and other activities, The USNTPS had been operating 2 SH-60B Seahawk helicopters equipped with a Variable Stability System (VSS) designed and built by Veridian Engineering - Flight Research Group (VE-FRG, now Calspan) as an integral part of the Helicopter Flight Mechanics flight syllabus since 1992. Although the system itself has been highly reliable, the SH-60B host airframes were retired. To replace this capability, USNTPS is rehosting the VSS capability in two of their fleet of 5 UH-72 Lakota aircraft. This will allow USNTPS to retain this excellent teaching capability and also provide an opportunity to update the existing capability with new generation hardware and software. The UH-72 Lakota's are derivatives of the Eurocopter EC145 and are operated under a NAVAIR Flight Clearance which is heavily based on an FAA Type Certification to retain parts pool commonality with the commercial fleet. FAA approval for flight of the VSS system equipment installed in the UH-72A will be required at the field level at a minimum. Operational use of the UH-72 using the VSS gain varying capability shall be covered by a NAVAIRSYSCOM Flight Clearance. This requirement is currently being performed by National Research Council Canada (NRC), using a Canadian SH-60 aircraft and Canadian technical personnel at the U.S. Navy Test Pilot School located at NAS Patuxent River, MD. REQUIRED CAPABILITIES The contractor shall provide engineering products and technical services supporting the Integrated Communications and Information Systems (ICIS) Division (4.5.10), in support of the areas specified in the Program Background above. Further detail is provided in the draft Statement of Work (SOW) attached to this announcement (Attachment 1). A DD Form 254 Contract Security Classification Specification will not be required for this contract action. ELIGIBILITY The applicable NAICS Code for this requirement is 334511 - Search, Detection, Navigation, Guidance, Aeronautical and Nautical System, and Instrument Manufacturing employing up to but not exceeding 750 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. The Product Service Code for this effort is 6615 - Automatic Pilot Mechanisms and Airborne Gyro Components or 6930 - Operation Training Devices. One or the other PSC code will be choosen but the other is to allow for additional opportunities (i.e. teaming). • Sensors (VSS system may utilize existing UH-72 sensors if desired) • VSS Computer • Safety Pilot- System Interface • Interface from VSS computer to UH-72 ship actuators • Safety Trip System ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft SOW (Attachment 1) is attached for review. Interested parties are requested to submit a capabilities statement of no more than a recommended ten (10) pages in length in Times New Roman font of not less than 10 pitch. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? It is requested that, in the response to the Sources Sought, the company explain its capability to accomplish the work specified under the paragraphs 4.0 through 4.6 of the SOW Technical Requirements. If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontractors, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. Also, if the company has any questions about the structure of the statement of work, please also identify those in the response. 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General and Administrative rate multiplied by the labor cost. For a Small Business Set-Aside, the small business prime cannot utilize the cost of performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14, with the exception of Service Disabled Veteran Owned Small Businesses (FAR 52.219-27(1)(i) and HUB Zone Small Businesses (FAR 52.219-3(d)(1). Provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the four option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations and a DUNs number. 7.) Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9.) If your company has any questions about the structure of the statement of work, or areas that may need further definition, please also identify those in the response. The estimated period of performance consists of a base year and four one-year options with performance commencing in December 2013. The contract is anticipated to be Firm Fixed Price Type. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Steven M. Williams Air Code 2.5.1.12.6, in either Microsoft Word or Portable Document Format (PDF), via email at steven.m.williams2@navy.mil. The deadline for capability statement submission is 2 pm, EST, 21 Jun 2013. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-13-R-0104 /listing.html)
 
Place of Performance
Address: 21983 Bundy Road, Bldg. 441, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN03083384-W 20130609/130607235456-ea1779114204b7b791c9b87d96a55b34 (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.