SOURCES SOUGHT
16 -- Procurement or manufacture of B-kit parts, enginnering support and software services to support the UH-60V Low Rate Initial Production (LRIP) integration. - List of Components
- Notice Date
- 10/10/2017
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-18-R-LRIP
- Archive Date
- 11/7/2017
- Point of Contact
- Janet Maldonado, Phone: 4072083434, Duane St. Peter, Phone: 4073808444
- E-Mail Address
-
janet.maldonado.civ@mail.mil, duane.a.stpeter.civ@mail.mil
(janet.maldonado.civ@mail.mil, duane.a.stpeter.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- A list of Components for B-kits The U.S. Army Contract Command - Orlando (ACC-ORL) is issuing this Sources Sought Synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support the requirement for purchase of UH-60V B-Kits as defined in the procurement list, Attachment 1, as well as engineering services, technical support, and logistics support for the UH-60V Army Blackhawk aircraft. The H-60V B-Kits will be used to support the UH-60V RECAP effort for the existing fleet of UH-60L Aircraft. The result of this market research will contribute to the determination of an appropriate acquisition strategy for the government. The applicable North American Industry Classification Systems (NAICS) code assigned to this procurement is 336413. The procurement or manufacture of B-kit parts, engineering support, and software services effort is that effort required to support the UH-60V Low Rate Initial Production integration (LRIP). The effort includes the requirements for the associated project management, engineering support, software maintenance builds and documentation, logistics updates, safety requirements, test support, configuration management, procurement or fabrication of B-kit parts and spares, packaging, shipment, warranty, repair support, and obsolescence reporting required to support successful integration. Specific areas of engineering services and support that are envisioned are the following: Project Management The Contractor shall manage the effort utilizing a single project management office with its Government Program Group. The Contractor shall implement program/acquisition management to include an Integrated Product Team (IPT) process to support status reports and program reviews/meetings; use of Government electronic data delivery system; financial performance and cost reporting; detailed schedules with milestones; and risk management. Warranty Seller warrants to Buyer that it holds and will pass marketable title to the goods sold hereunder. Manufacturing Engineering The Contractor shall provide access to the generated, maintained, and implemented manufacturing planning documentation for the production baseline for Government Review. The manufacturing planning documentation shall include the approved source control drawing, tooling plans, operation process charts depicting the production flow, and production process planning such as work instructions, Manufacturing Engineering Standard Operating Procedures and operator instructions. The Contractor shall support a readiness assessment, Physical Configuration Audit (PCA), and coordinate facility access to review the production process of the manufacturing facilities. Obsolescence Management In order for the Government to develop timely technical plans of action, the contractor shall execute proactive obsolescence management and submit summary status reports that shall identify, ensure resolution of, and implement a solution for Contractor Furnished Equipment (CFE) obsolescence to the extent necessary to fulfill the requirements of the contract. The contractor shall flow down the requirements of the Obsolescence Management Plan (OMP) to suppliers and sub-contractors and ensure that each supplier and sub-contractor has established and utilized an effective OMP that identifies obsolescence status for all parts, materials, assemblies, subassemblies, and software items used in the current configurations of deliverable equipment. Integrated Logistics Support The Contractor Integrated Logistics Support (ILS) shall coordinate all logistics related functions identified in AR 700-127 between the US Government logistics agencies and Contractor Logistic Element Management (LEM) counterparts. If changes are required to existing UH-60V provisioning or publications, the Contractor coordination shall include participation and conduct of IPT's, support of In Process Reviews, review of new Engineering Change Proposals (ECPs), and monitoring and scheduling of all logistics or training activities. The Contractor shall also provide continuous liaison with the Government ILS, Readiness and Fleet Management (R&FM) and Technical Management Division (TMD) team. All changes to the Technical Manual and Provisioning Master Record shall be incorporated into a single change cycle, to include a validation and verification of the required Contract Data Requirement Lists (CDRLs). Software The Contractor shall plan for a minimum of two software builds for LRIP, an Initial Maintenance Build and a Final Maintenance Build, updates for or creation of required documentation, participation in the stage of involvement audits, and attendance at verification reviews. The initial build will be defined at the start of LRIP and address open Software Action Requests (SARs) and updates based on Line Replaceable Unit (LRU)/Government Furnished Equipment (GFE) updates. Proposed updates for the Initial Maintenance Build will be reviewed with the UH-60 Program Office for approval/concurrence. SARs required for incorporation in the Initial Maintenance Build will be identified and scheduled for implementation to support the LRIP Integrated Master Schedule (IMS) and shall include completion of structural coverage testing. The Final Software Build will be scheduled near the end of LRIP providing sufficient time for installation and checkout by the Government. The Maintenance Builds will be provided for incorporation on aircraft via an Engineering Change Proposal (ECP) and metrics shall be developed to support performance reporting. The Contractor shall ensure that modifications to the UH-60V architecture align with the Technical Standard for Future Airborne Capability Environment (FACE), Edition 3.0. Modifications to any FACE Unit of Portability (UoP) identified for submittal to the FACE Verification Authority shall include the following documentation. Security The contractor shall comply with the Defense Federal Acquisition Regulation Supplement (DFARS) 252.204-7012, "Safeguarding Covered Defense Information and Cyber Incident Reporting" and adhere to Chapter 8, National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22-M) Systems Engineering The Contractor shall provide updates to existing documentation and utilize a Reliability and Maintainability (R&M) program. R&M shall include incorporation of Class 1 Engineering Change Proposals (ECPs), Engineering Release Records (ERR), and revisions to existing detailed specifications. The Contractor shall also provide program risk management and support the engineering IPT to address safety issues and reporting. Quality Engineering The Contractor shall maintain a quality system in accordance with ISO 9001:20089 "Quality Management System" and AS 9100 "Aerospace Requirements, Quality Management System" or equivalent system as agreed between the Contractor and the Government. The Contractor shall make available for review by the Government, quality system procedures, planning and all other documentation and data that comprise the Contractor's quality system for both hardware and software. The Contractor shall provide Engineering Investigations, Quality Deficiency Reports, First Article Inspection support, and a Hazardous Material Management Plan. Marking, Preservation, and Packaging The Contractor shall procure ship sets to support integration and spares, identify and mark all parts in accordance with MIL-STD-130, and generate a serial number report. The Contractor shall use cost efficient, "Military Preservation", level A or B, packaging in accordance with MIL-STD-2073-1 for all procured parts and Government approved reusable shipping and storage containers for all spares. Integration Lab Support The Contractor shall support a Government-owned Software Integration Laboratory (SIL) and Bench Test Facility (BTF) located at Redstone Arsenal, Alabama. The Contractor shall provide any updated hardware and/or software and technical support required to revise the SIL /BTF to the UH-60V configuration. The Contractor shall ensure that appropriate software, hardware, and integration testing capability is maintained to replicate and resolve issues identified on the UH-60V aircraft. The Contractor shall be able to accommodate receipt of GFE/Government Furnished Information (GFI) at the contractor facility to aid in any integration activities required to evaluate impacts to the fielded system/Integrated Avionics System (IAS). Training Device Support The contractor shall provide technical support and Pilot Vehicle Interface (PVI) requirements/review in support of updating and maintaining the Systems Engineering Directorated (SED) produced software; Cockpit Avionics Procedural Trainer (CAP-T) / Avionic Familiarization Software (AFS). This Sources Sought is issued solely to gather information for planning and market research purposes and does not constitute a solicitation. This is not a request for proposals; and therefore the Government will not award a contract on the basis of this notice. All information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. All information received in response to this Sources Sought that is marked "proprietary" will be handled accordingly and will not be returned. Respondents needing confidential treatment for any proprietary information furnished must comply with the Security Exchange Commission's confidential treatment regulations at 17 C.F.R. 200.83. Respondents will not be notified of the results of the review of the information provided, but may be contacted for additional information for clarification. The purpose of this Sources Sought is to identify potential sources capable of providing a fully qualified Avionics Suite for the Army's fleet of Blackhawk Helicopters, along with hardware and software support services. The UH-60V program is currently in the Engineering and Manufacturing Development phase of the program. During this phase, the materiel solution and associated technical data package are currently undergoing qualification, verification, and validation. The development of the aforementioned Aviation and Missile Command (AMCOM) source control drawing package is anticipated to be complete early 2018. The support activity will be conducted concurrently with the procurement of the UH-60V LRIP attached procurement list. The Government anticipates awarding a new Indefinite Delivery Indefinite Quantity (IDIQ) contract. The hardware effort is anticipated to be procured on a Firm Fixed Price (FFP) basis. The engineering, software, and logistics support is anticipated to be procured on a Cost Plus Fixed Fee basis. The effort is estimated to be over a 24 (twenty-four) month period of time. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number and size and type of ownership for the organization; 2) Tailored Statement of Capabilities (SOC) addressing the particulars of this effort, with appropriate documentation, supporting claims of organizational and staff capabilities identifying corporate experience in providing some or all of the tasks outlined in this Sources Sought. Submitted SOC's by potential contractors shall be no more than 7-pages in length, single spaced, use 12-point Times New Roman font, 8.5 by 11 inch pages, with 1-inch margins. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential industry capabilities to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under an IDIQ contract. Sources Sought Requirements - Description of Information Requested 1. Provide company information including: a. Company name and address. b. Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.). c. Point(s) of contact including name, phone number, address, email and length of time in business. d. Geographic presence. 2. Provide evidence that the offeror's H-60V B-Kit BOM is qualified for the Army Blackhawk aircraft. This can either be a complete collection of qualification test and analysis data, or a signed statement of airworthiness from the Army Aviation Engineering Directorate. 3. Provide any other pertinent information that will assist us in this assessment. This is NOT a solicitation for proposals, proposal abstracts or quotations. The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities and recommendations in developing proposals for the Utility Helicopters Project Office (UHPO), Program Executive Office - Aviation (PEO Aviation). Include whether or not you are a small business; HUB-Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Business; or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. All interested firms with capabilities identified herein are encouraged to respond to this Sources Sought by 15 days of issuance. Technical questions, data requests and industry responses to this Sources Sought are to be sent via email to Janet Maldonado and Duane St. Peter at the following email address janet.maldonado.civ@mail.mil and duane.a.stpeter.civ@mail.mil respectively. Electronic transmissions must not exceed 5 megabytes and responses in the form of white paper should be limited to 20 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to the Sources Sought must be unclassified. Contracting Office Address: U.S. Army Contracting Command - Orlando 12211 Science Drive Orlando, Florida 32826-3224
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/748ead8919b85a6dff1b7207cbff891d)
- Place of Performance
- Address: Utilities Helicopter Program Office (UHPO), Huntsville, Alabama, 35806, United States
- Zip Code: 35806
- Zip Code: 35806
- Record
- SN04710101-W 20171012/171010231336-748ead8919b85a6dff1b7207cbff891d (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 |