Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 06, 2016 FBO #5248
SOURCES SOUGHT

15 -- V-22 Technical Analysis, Enginnering, Integration Support, and Requirements Development

Notice Date
4/4/2016
 
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-RFPREQ-PMA-275-0256
 
Archive Date
5/3/2016
 
Point of Contact
Lee Ann Frayser, Phone: 3017577157, Julie A Blew, Phone: 301 757-5227
 
E-Mail Address
leeann.frayser@navy.mil, julie.blew@navy.mil
(leeann.frayser@navy.mil, julie.blew@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
1.0 INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of the V-22 Joint Program Office (PMA-275) is seeking sources with Technical Analysis, Engineering, Integration Support, and Requirements Development capability for the V-22 Osprey Aircraft that can meet the NAVAIR PMA-275 requirement. The results of the Sources Sought will also be used to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition. DISCLAIMER THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. THIS SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 2.0 PROGRAM BACKGROUND Given the highly volatile and rapidly evolving nature of conflict, the V-22 Joint Program Office must be postured to support accelerated acquisition development to respond to shortfalls with enhanced V-22 capabilities identified by the Warfighter during National mission tasking.. Technical support is required to quickly and effectively react to emerging user needs when urgent action is required. This is also intended to reduce project timelines for routine efforts by providing and an efficient contracting vehicle for pre-design technical, engineering, integration, and requirements development. The V-22 Technical Analysis, Engineering, Integration Support, and Requirements Development effort will provide initial technical and integration analysis, interface management, modeling and simulation, technical management, risk management, emergent systems engineering support, impact analysis for current and future configurations, and Systems Engineering Technical Reviews (SETR) analysis, up to and including Systems Requirements Review 2 (SRR2). The effort shall include the identification critical Safety of Flight and supportability impacts, as well as impact assessments for integrating enhancements onto V-22 aircraft systems. The purpose of these technical and engineering efforts is to provide analysis of urgent user needs and evolving technology enhancements, and assist in accelerating the introduction of enhancements identified by the Government. The scope of support required shall be defined by individual delivery orders. 3.0 ELIGIBILITY The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0).   4.0 REQUESTED INFORMATION Interested parties must first submit a Letter of Intent with supporting documentation required to obtain authorization to receive GFI associated with this effort. GFI shall be provided to interested sources upon authorization (Paragraph 5.0). The LOI shall include the following information to verify credentials (do not submit classified information): 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort. 2. CAGE code, DUNS Number, and mailing address 3. Business size. Indicate whether you are a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 4. POC information and mailing address to receive the GFI package 5. POC to receive additional information or clarification 6. POC for non-disclosure agreements (NDA) 7. Signed GFI NDA 8. Blank Copies of Respondent's NDA to give to an NDA Negotiation POC if that is so desired (see Paragraph 5.0 Data Markings for more details) 9. Describe your company's ability to manage and secure classified information After receipt of the GFI, NAVAIR expects to receive from each respondent a Full Response with capability summary, which contains a detailed description of capabilities to perform Technical Analysis, Engineering, Integration Support and Requirements Development specific to V-22 Aircraft, along with any supporting technical data. Each capability summary should address at a minimum: 1. Description of V-22-specific Technical Analysis, Engineering, Integration Support and Requirements Development capabilities 2. Describe your capability, with specific product examples, to perform the following tasks: a. Perform simulations, analysis, surveillance, and engineering investigations to assist the Government in resolving aircraft safety, performance, integration, and/or operational issues in conjunction with integration with subsequent system/platform enhancements or configuration changes to the V-22 aircraft. b. Provide analysis of V-22 loads and dynamics, weight and balance, electrical, human systems, performance analysis, system safety, and E3 in support of the flight clearance process. c. Analyze V-22 enhancements to determine if they necessitate updates to any Flight Certification and/or NATOPS/DASH-1 performance charts. d. Evaluate the new aircraft enhancements' impact on the current configuration of the V-22 Comprehensive Automated Maintenance Environment - Optimized (CAMEO) application suite. 5.0 RESPONSES Data Markings. In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013, Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the Letter of Intent and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Letter of Intent (LOI). Responding parties must submit an unclassified LOI, not to exceed 10 single spaced pages to Ms. Julie Blew (julie.blew@navy.mil) no later than 5:00PM Eastern Daylight Time (EDT) 04/18/2016. Record of Receipt. Responding parties must submit a record of receipt of the GFI package to Ms. Julie Blew (julie.blew@navy.mil) by 5:00PM EDT 04/25/2016. Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 5:00PM EDT XX/XX/2016 to the following address: NAVAL AIR SYSTEMS COMMAND ATTN: JULIE BLEW (AR-2.3.3.4.3) 47123 BUSE ROAD BLDG 2272, SUITE 155 PATUXENT RIVER, MD 20670-1547 Provide full response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 30 pages, and must be in English. Classified information or material SHALL NOT be submitted. 6.0 QUESTIONS Questions regarding this Sources Sought can be directed to Ms. Julie Blew (julie.blew@navy.mil). 7.0 SUMMARY THIS IS A SOURCES SOUGHT ONLY TO IDENTIFY SOURCES THAT CAN PROVIDE TECHNICAL, ENGINEERING, INTEGRATION, AND REQUIREMENTS DEELOPMENT FOR USMC/USAF/USN V-22 AIRCRAFT. THE INFORMATION PROVIDED IN THE SOURCES SOUGHT IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. THE GOVERNMENT HAS NOT MADE A COMMITMENT TO PROCURE ANY OF THE ITEMS DISCUSSED, AND RELEASE OF THIS SOURCES SOUGHT SHOULD NOT BE CONSTRUED AS SUCH A COMMITMENT OR AS AUTHORIZATION TO INCUR COST FOR WHICH REIMBURSEMENT WOULD BE REQUIRED OR SOUGHT. ALL SUBMISSIONS BECOME GOVERNMENT PROPERTY AND WILL NOT BE RETURNED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-RFPREQ-PMA-275-0256/listing.html)
 
Record
SN04072391-W 20160406/160404234836-138223f4aa25513f01fba8db9c945cd9 (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.