SOURCES SOUGHT
15 -- KC-130J Propeller Engineering, Reliability, and Logistics Sustainment
- Notice Date
- 1/20/2016
- 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
- N00019-16-R-0020
- Archive Date
- 2/18/2016
- Point of Contact
- Matthew E. Duncan, Phone: 3017578688, Constance L. Humiston, Phone: 3017572527
- E-Mail Address
-
matthew.e.duncan@navy.mil, constance.l.humiston@navy.mil
(matthew.e.duncan@navy.mil, constance.l.humiston@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR). The Navy KC-130J Program Office is seeking information regarding the current capability of the commercial sector to provide the Propeller Engineering, Reliability, and Logistics Sustainment (PERALS) Sustaining and Engineering effort r e q u i r ed f o r the K C - 13 0 J ai r c r a f t propeller s y s t e m s u tilized b y t h e U. S. M a r i n e C orp s ( US M C ), U. S. Na v y ( USN ), a n d N A V A I R m a n a g ed F or ei g n Milita r y Sa l es ( F M S) ca s e s. This integrated logistics and sustainment (ILS) effort c o ns i s ts o f l o g i s ti c s, on-site field s e r v ice, s o f t w a r e s u ppor t, t ec hn ical p u b licati o n s u ppor t, e n g i n ee r i n g s u ppor t, overhaul, and spares support 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. 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 48 USMC and 3 FMS aircraft, consisting of 247 GE/Dowty R391 propellers. Additionally, the program has procured material support spares packages consisting of various propeller system components. 3. INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide comprehensive engineering and logistics support for the propeller system 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 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 support of the propeller system described in paragraphs 1 and 2 above, either directly or through teaming arrangements. Please submit two copies of your response in an executive summary format 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. Include the following: 3.1 Corporate Information a. Company's name and address. b. Company's point of contact including email address and phone number. c. Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. d. General corporate information. 3.2 Specific Sources Sought Information Requested a. Proposed approach to meet the Government's complete requirements for support of the propeller system described in paragraphs 1 and 2 above,, either directly or through teaming arrangements. b. Potential teaming arrangements. c. Related past performance within the past five years. d. Experience executing whole propeller repairs within the past five years. e. Experience in executing, replenishing propeller component parts, and materials for maintenance actions within the past five years. f. Experience in manufacturing and delivering R391 propeller systems within the past five years. g. Appropriate Federal Aviation Association (FAA) certification documentation for performing propeller and component overhaul and repairs. h. Access to applicable technical manuals for performing propeller and component overhaul and repairs. h. Supply Chain Management (SCM) and analysis experience including system interfacing with Naval Supply Systems Command Weapon Systems Support (NAVSUP WSS). i. Experience in providing Field Service Representatives (FSR) and technical data at customer sites within the past five years. j. Ability to provide or gain access to all source data plus notice of all updates as applicable for the R391 propeller to perform logistics support, software support, technical publication support and engineering support. k. Ability to provide the Government access to technical manuals for the propeller. l. Ability to establish training curriculum for maintenance and operation of propeller systems and presenting training in a field environment. 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to LCDR Matthew Duncan at matthew.e.duncan@navy.mil and Constance Humiston at constance.l.humiston@navy.mil. Email all information in response to this sources sought to LCDR Duncan and Ms. Humiston, or fax to their attention at 301-995-0345, or mail to Naval Air Systems Command, Building 442, Attention: LCDR Matthew E. Duncan, AIR 2.3.5.2.9, 21936 Bundy Road Patuxent River, MD 20670. Responses are due by close of business 3 February 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-R-0020/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03995916-W 20160122/160120234243-1ad781d4297d56d42a1b857803dd2885 (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 |