Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOURCES SOUGHT

J -- Sources Sought Crash Worthy Fuel System

Notice Date
3/27/2020 9:13:25 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ
 
Response Due
4/10/2020 3:00:00 PM
 
Archive Date
04/25/2020
 
Point of Contact
Brian Williams, Reinaldo Rivera
 
E-Mail Address
brian.m.williams14.mil@mail.mil, reinaldo.rivera73.civ@mail.mil
(brian.m.williams14.mil@mail.mil, reinaldo.rivera73.civ@mail.mil)
 
Description
The United States Army Contracting Command - Redstone Arsenal (ACC-RSA), Huntsville, Alabama on behalf of �The Multinational Aviation Special Project Office (MASPO)submits the following sources sought (SS) for advertisement for the installation of eighteen (18) crashworthy fuel systems into Afghanistan Air Force Armed MD 530F aircraft in support of a foreign military sales (FMS) requirement, and in accordance with (IAW)AW a United States Government (USG) approved Modification Work Order (MWO).� Performance of work will be at the Operation Resolute Support, Kandahar Airfield, Airport Road, Kandahar Afghanistan. This notice is issued to obtain interested parties qualified and interested in this prescribed aircraft modification work. Responses will be used to determine the appropriate procurement method for this requirement. It is considered that MD Helicopters Inc., 4555 E. McDowell Rd, Mesa AZ 85215, CAGE 1KVX4 as the aircraft Original Equipment Manufacturer (OEM) is the only source that possesses the engineering and technical data required �equipment, capabilities, system expertise, facilities, and resources to complete this installation.� This SS is issued solely for informational, market research, and planning purposes only. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SS does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All costs associated with responding will be solely at the responding party's expense. Not responding to this SS does not preclude participation in any future RFP, if any is issued. Responses to this notice are not offers and cannot be accepted by the USG to form a binding contract. It is the responsibility of the interested parties to monitor the System for Award Management (www.bet.sam.gov) site for additional information pertaining to this RFI. The submission should also include the following information: 1) Organization name, address, e-mail address, web site address, telephone number, and size and type of ownership for the organization; and 2) ability to comply with current Afghanistan Theatre Business Clearance requirements Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. 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 USG will evaluate market information to ascertain potential market capacity to 1) provide services/supplies 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 a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SS NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this SS Notice by 10�April, 2020. All responses under this RFI Notice must be e-mailed to brian.m.williams14.mil@mail.mil, (primary) and reinaldo.rivera73.civ.@mail.mil (secondary). Follow-up discussions may be conducted with respondents. It is desirable that data be received with unlimited rights to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Technical questions concerning this announcement may be submitted via Email to thomas.d.brewington2.mil@mail.mil. �If you have any contractual questions concerning this opportunity please contact Major Brian Williams, brian.m.williams14.mil@mail.mil, or Reinaldo Rivera, reinaldo.rivera73.civ.@mail.mil, NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/80eff51e3d6d488b9a868b2f52787a5f/view)
 
Place of Performance
Address: AFG
Country: AFG
 
Record
SN05603082-F 20200329/200327230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.