SOURCES SOUGHT
76 -- DFDDP Data/WRAs for the CH-53K
- Notice Date
- 5/26/2017
- Notice Type
- Sources Sought
- NAICS
- 323117
— Books Printing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-17-RFI-0264
- Archive Date
- 6/27/2017
- Point of Contact
- Shannan M. Germond, Phone: 732-323-2778, Jane T Worley, Phone: 732-323-7509
- E-Mail Address
-
shannan.germond@navy.mil, jane.worley@navy.mil
(shannan.germond@navy.mil, jane.worley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DISCLAIMER: THIS REQUEST FOR INFORMATION (RFI) 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. REQUIREMENTS: This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned procurement for test requirements information in the form of a Detailed Functional Description Documentation Package (DFDDP) and a quantity of two each of the Weapons Replaceable Assemblies (WRA) in Table 1. The DFDDP shall be the basis for development of performance and diagnostic testing at the Intermediate and Depot maintenance levels. DFDDP consists of an accumulation of Avionics source data that will be used by the Government for the development of Test Program Sets on the Consolidated Automated Support System (CASS) and the Aircraft Wiring Test Set (AWTS) for the life cycle support of WRAs within the CH-53K Aircraft. The DFDDP consists of a General description, UUT General Design Data, General Procedures and Special Precautions, Mechanical Interface Requirements, UUT Theory of Operation, Functional Block Diagrams, and UUT Input/Output Data/Timing Diagrams, Manufacturing design data, specifications, drawings, software design requirement, reliability, Interface Configuration Design specifications and other source information that was used to develop and manufacture the WRA. The WRAs procured shall be in the latest production configuration for the CH-53K aircraft. TABLE 1. CH-53K WRA's WRA SIKORSKY P/N Engine/APU Control Panel 06301-01800-103 Main AC PDU No. 1 & No. 2 06550-00801-103 Main DC PDU No. 1 & No. 2 06550-00804-103 Backup DC PDU No. 3 06550-00804-104 Backup AC PDU No. 3 06550-00801-104 Avionics Relay Panel 1 06550-02303-042 Avionics Relay Panel 2 06550-02304-041 Electrical Relay Panel 1 06550-02301-042 Electrical Relay Panel 2 06550-02302-042 Sikorsky is the Original Equipment Manufacturer of the CH-53K Heavy Lift Helicopter and holds the proprietary rights to the diagrams, schematics, and drawings for the DFDDP data and WRAs being acquired. The Government does not possess the technical data. Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the attached Statement of Work. Rough Order of Magnitude pricing is also requested for planning purposes. Any other relevant information, such as an agreement with Sikorsky to gain access to the required data, may also be submitted for consideration, to aid in refinement of this requirement. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing the requirement described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY: The PSC for this requirement is 7650; the NAICS is 323117. All interested businesses are encouraged to respond. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to meet the requirements outlined above. This documentation must address, at a minimum, the following: Company Name; Company Address; CAGE Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address; Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; and Statement regarding capability. Statement regarding experience with the CH-53K aircraft and the WRAs listed in Table 1. If you are a small business, 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 option periods. Respondents to this notice must also indicate whether they 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. The capability statement package shall be sent by mail to AIR- 2.5.2.2.3 NAVAIR Lakehurst Contracts, Shannan Germond, by email to shannan.germond@navy.mil. Submissions must be received at the office cited no later than 12:00 p.m. Eastern Standard Time on 12 June 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-RFI-0264/listing.html)
- Record
- SN04524222-W 20170528/170526234705-2294764ab062c7e85525baae6c5e2316 (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 |