Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
SOURCES SOUGHT

15 -- CH-53K FRP Lot 5

Notice Date
1/30/2018
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
SerAIR234310
 
Archive Date
3/7/2018
 
Point of Contact
Mark G. Tewell, Phone: 301-342-4612, Lisa M Maples, Phone: (301) 757-5277
 
E-Mail Address
Mark.Tewell@Navy.Mil, Lisa.M.Maples@navy.mil
(Mark.Tewell@Navy.Mil, Lisa.M.Maples@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) intends to issue a contract in support of the H-53 Program Office (PMA-261) for the program management, engineering, logistics support, various recurring and nonrecurring efforts, and the fabrication, assembly and delivery of the CH-53K Full Rate Production for fourteen (14) aircraft or other quantities authorized by Congress. The contract will support future H-53K helicopter upgrades in a safe, reliable, cost effective, and sustainable manner. PLACE OF PERFORMANCE Percentage of Effort - 100% Government (On-Site) - 0% Contractor (Off-Site) - 100% DISCLAIMER THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI 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 REQUEST FOR INFORMATION 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 RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS RFI 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. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. BACKGROUND The CH-53K program (formerly known as the Heavy Lift Replacement (HLR) Program), Sikorsky has been the sole designer, developer and manufacturer of the CH-53K weapon system. Sikorsky was awarded the Systems Development and Demonstration (SDD) contract in 2006. In addition, Sikorsky was awarded modifications to the SDD contract for four (4) SDTA aircraft in 2013 and the award of LRIP Lot 1 AAC contract on 18 April 2016. A follow-on modification to the SDD contract for an additional quantity of two (2) SDTA aircraft awarded in September 2016. The LRIP Lot 1 contract for two (2) aircraft was awarded August of 2017. Sikorsky is the Original Equipment Manufacturer (OEM) of the legacy H-53 fleet. REQUIRED CAPABILITIES The respondent should address its ability to perform each of the following and include a response to each of the specific requests identified below. The contract will cover CY2020-2024 for the delivery of the CH-53K Heavy Lift Replacement (HLR) aircraft. This contract will consist of nonrecurring and recurring engineering necessary for the procurement, fabrication, and assembly of aircraft, and installation integration of components and equipment including Contractor furnished Equipment and Government Furnished Equipment into the aircraft. This effort also includes test and check out of assembled aircraft, and organic establishment for intermediate and depot capability as well as logistical support for the aircraft. In addition to the CH-53K aircraft other required support includes, but is not limited to, the following: a) Development, manufacture and installation of engineering change proposals for upgrades, and forward fit kits including but not limited to associated production assessments/life cycle analysis, non-recurring engineering, systems engineering, integrated logistics support, production support, prototyping, validation and verification of changes, development, validation and verification of technical publications, manuals, changes, directives, associated logistics impacts, testing of retrofit safety and test equipment changes, spare and repair parts for aircraft, subsystems, and support equipment and related software efforts. b) Obsolescence management efforts, including but not limited to, obsolescence trade studies, obsolescence component testing and bridge or life-of-type buys. Training support and training courseware efforts, including but not limited to, updates to pilot and maintenance training devices and courseware Contract Line Items will be specified in each order. ELGIBILITY The resultant contract is anticipated to be Fixed Price type contract for the CH-53K aircraft, plus Fixed Price type and Cost Plus type for other areas of support. The proposed North American Industry Classification Systems (NAICS) Code is 336411 and the proposed federal supply code (FSC) is 1520. REQUESTED INFORMATION As a result of this RFI, NAVAIR expects to receive a Letter of Intent (LOI) from each interested respondent and a concept summary, which contains a detailed description of the contract described in the required capabilities paragraph above written from a system solution perspective and outlines development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist. Prospective offerors should explain how they are able to work with the Government and the aircraft manufacturer to integrate the proposed contract into the H-53 program. Each concept summary should address how the proposed contract meets the following requirements: 1. Description of the proposed contract described in the required capabilities paragraph above with a listing of applicable FAR/DFAR clauses In addition, the proposer should have or had a working relationship with the CH-53K Original Equipment Manufacturer (OEM) (Sikorsky, A Lockheed Martin Company). RESPONSES Data Markings. In order to complete its review, NAVAIR must be able to share an interested 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 in Intent (LOI) 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. In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Letter of Intent (LOI), not to exceed twenty single-spaced pages, to Mr. Mark Tewell (Mark.Tewell@navy.mil) no later than 5:00 PM Eastern Daylight Time (EDT) 06 Feb 2018. The LOI shall include the following information to verify credentials (do not submit classified information): 1. An UNCLASSIFIED description of the contract solution 2. CAGE code and Classified mailing Address 3. POC to receive additional information or clarification 4. POC to permit NAVAIR to obtain additional data to support analysis 5. Describe your company's ability to manage and secure up to SECRET information. Record of Receipt. Responding parties must submit a record of receipt of the classified information, to Mr. Mark Tewell (Mark.Tewell@navy.mil) by 5:00 PM EDT ) 09 Feb 2018. Full Response Submissions. Full response submissions to the above requested supporting unclassified data must be received no later than 5:00 PM EDT ) 20 Feb 2018 to the following address - NAVAL AIR SYSTEMS COMMAND ATTN: MARK TEWELL (AIR-2.3.4.3.10) 47123 BUSE ROAD, BLDG 2272 PATUXENT RIVER, MD 20670-1547 Provide full unclassified response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response, regardless of its classification level have a page limit of 25 pages, and must be in English. DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. Classified information (up to SECRET) shall be in compliance with current DoD directives and procedures (i.e. DOD 5200.22-M, SECNAV M-5510.36, DOD 5200.01). No phone calls will be accepted. All questions must be submitted via e-mail. 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 these Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/SerAIR234310/listing.html)
 
Record
SN04803982-W 20180201/180130231040-4fe30e045b1e59be443e2d3979820632 (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.