Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2018 FBO #6124
SOURCES SOUGHT

16 -- H-1 Pin Puller Actuator Depot Level Support

Notice Date
8/28/2018
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
H1PINPULLERDEPOTSTANDUP
 
Archive Date
10/13/2018
 
Point of Contact
Linda A. Hill, Phone: 3017577061
 
E-Mail Address
linda.hill@navy.mil
(linda.hill@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) is conducting a market survey of industry via this Request for Information (RFI) to determine potential interested sources that have the skills, experience, qualifications, capabilities, and knowledge to establish a baseline for the H-1 Upgrade AH-1Z/UH-1Y Pin Puller Actuator Depot Level Support providing the following associated logistic requirements: • Acceptance and Test Procedures and Design Analysis. • Technical Publications, material, tooling and training for the FRC-E. • Artisan training to standup and declare Depot Level repair capability. • The product must have a Technology Readiness Level (TRL) and a Manufacturing Readiness Level (MRL) of at least 7. In support of the Fleet Readiness Center-East (FRC-E), NAVAIR intends to set up a Depot Level repair of the Pin Puller Actuator: • Actuator Assembly (GE PN: RVLC-52890; Bell Helicopter PN: 449-310-102-101; National Stock Number: 015238229) • Drive Module (GE PN: RVLC-1000; Bell Helicopter PN: 449-310-102-103; National Stock Number: 015238276) • Power Module (GE PN: RVLC-1001-1; Bell PN: 449-310-102-105; National Stock Number: 015238282) RFI Content: Any written response to this RFI is to be limited to no more than 25 pages (letter size) in length, single-spaced, 12-point font minimum. The response will demonstrate the maturity of the potential contractor's H-1 Pin Puller Actuator, Depot Level Support, for the AH-1Z/UH-1Y aircraft. The response should include, but is not limited to, the following: a) A one-page company profile to include Small Business Administration (SBA) business size classification, number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime potential contractor or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted b) A description of the potential contractor's past experience and performance in the design, calibration, qualification and repair of the Pin Puller Actuator as needed for Depot Level Support applicable to the AH-1Z and UH-1Y aircraft. This documentation shall address and demonstrate the following: 1. A detailed description of the proposed construction, materials and procedures used establish a baseline depot support plan 2. Provide necessary integrated logistics support elements for enabling successful implementation and sustain appropriate core logistics capability by demonstrating the following; a. Operation, Maintenance, Installation, and Training (OMIT) data, b. Unique special tooling/fixtures/processes c. Training, materials, consumables, etc., as necessary to successfully establish a Government-owned and Government-operated facility d) A description of notional programmatic information including top level schedules and Rough Order of Magnitude (ROM) costs necessary to achieve the program, task, and technical objectives of this RFI; provide ROM costs by fiscal year e) Any other technical information the company deems necessary to aid the Government in making an informed assessment such as: resources available, corporate management, facilities and manning to be assigned to the project, design and systems engineering, design verification, first article and qualification testing, planning, coordinating and conducting tests to prove system performance, systems integration, systems manufacturing, and delivering hardware Other comments and suggestions regarding the Government's course of action and/or alternatives you may offer are encouraged and appreciated. TECHNICAL DATA The Government will request Technical Data Package (TDP), along with associated drawing packages and repair instructions with Government Purpose License Rights (GPLR) from the Contractor who wins this solicitation, to stand up a Depot/ level III maintenance effort. The Government will request Acceptance Test Procedures (ATP), with Government Purpose License Rights (GPLR) from the Contractor who wins this solicitation, to stand up a Depot/level III maintenance effort. Use of modular open systems hardware, open systems interfaces, and open systems software is highly desirable in the system architecture. ASSOCIATE CONTRACTORS AGREEMENT (ACA) IMPORTANT INFORMATION: Registration in the Department of Defense (DoD) Central Offeror Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://ccr.gov/index.cfm. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: This program may include information that has been designated as "Distribution D." and is only releasable to current and approved DoD contractors. In addition, the program may require a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State's International Traffic in Arms Regulations (ITAR). Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. As such, the documents containing data whose export/transfer/disclosure is restricted by U.S. law and dissemination to non-U.S. persons whether in the United States or abroad requires an export license or other authorization. Disclosure of the control drawings requires the verification of a current license for the oral, visual, or documentary disclosure of technical data by U.S. persons to foreign persons as defined under by the U.S. Department of State website: http://pmdtc.org/licenses.htm For any foreign firm, the request must include proof of a current and applicable approval, authorization, or license under E.O. 12470 or the Arms Export Control Act if applicable. Submission Information: Written responses and comments to this RFI are requested to be submitted no later than 4:00 PM (EST) on October 12, 2018. No phone calls are being accepted at this time. THIS IS A SOURCES SOUGHT REQUESTING INFORMATION ONLY. IT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential contractor's responsibility to monitor this site for the release of any follow-on information. Contracting Office Address: Department of the Navy, Naval Air Systems Command, Building 442, 21936 Bundy Road, Patuxent River, MD, 20670
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/H1PINPULLERDEPOTSTANDUP/listing.html)
 
Record
SN05060261-W 20180830/180828231550-56b61abf401bfb0344c3094fdb5af05d (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.