SOURCES SOUGHT
J -- KC-130J R391 Propeller Services
- Notice Date
- 5/19/2020 1:50:31 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-20-RFPREQ-PMA-207-0312
- Response Due
- 6/3/2020 2:00:00 PM
- Archive Date
- 06/18/2020
- Point of Contact
- Stephanie Ruth Savage, Monica L White
- E-Mail Address
-
stephanie.savage@navy.mil, monica.white@navy.mil
(stephanie.savage@navy.mil, monica.white@navy.mil)
- Description
- 1.� GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR).� The Navy KC-130J Program Office is seeking services to build and deliver overhauled R391 Propellers on Government Furnished Equipment (GFE) propeller stands, conduct Super O-level R391 Propeller maintenance on-site at KC-130J Active and Reserves squadrons, and upgrade the R391 Propeller blades into a common fleet configuration. The Program Office is seeking upgrade capabilities that increases reliability, on wing time, and durability of the polyurethane and the leading edge guard. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336413.� Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these severable requirements are invited to respond to this notice.� The Government will not reimburse participants for any expenses associated with their participation in this survey. DISCLAIMER THIS SOURCES SOUGHT 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. 2.� BACKGROUND The NAVAIR KC-130J program currently provides support for 57 USMC and 3 FMS aircraft, consisting of 274 GE/Dowty R391 propellers.� This support consists of Field Service Representatives (FSRs), engineering & logistics support, and overhaul of a maximum quantity 36 propellers per year.� Additionally, the program has procured material support spares packages consisting of various propeller system components. 3.� INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide R391 Propeller support for the work scope identified above. Potential contractors are requested to provide information on current products and services, relevant history, evidence of past performance, access to original equipment manufacturer (OEM) technical manuals and data, and capability of supporting in full the functions and services identified herein.� Interested contractors shall submit their technical capabilities describing how they are able to meet the Government's complete requirements for R391 Propeller services described in paragraphs 1 above. Please submit two copies of your response in an executive summary format not to exceed 20 pages.� If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance.� Please do not include company brochures or other marketing type information.� Include the following: 3.1� Corporate Information a.� Company's name and address. b.� Company's point of contact including email address and phone number. c.� Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. d.� General corporate information. 3.2� Specific Sources Sought Information Requested a.� Proposed approach to meet the Government's complete requirements for support of the R391 propeller services described in paragraphs 1 above b.� Potential teaming arrangements. c.� Related past performance within the past five years. d.� Experience executing R391 Propeller maintenance actions within the past five years. e. �Ability to upgrade R391 Propeller blades to common configuration describe in paragraph 1 above. f. �Capacity for conducting R391 Propeller blade upgrades to common configuration describe in paragraph 1 above. g.� Access to current technical manuals and source data plus notice of all updates as applicable for the R391 Propeller to perform maintenance. h.� Appropriate airworthiness documentation and approved certification processes to maintain the R391 propeller airworthy certificate. i.� Ability to provide personnel to conduct R391 Propeller maintenance at five KC-130J squadrons. j.� Experience in building R391 Propellers on propeller stands. 3.3� Specific Commercial Information Requested a.� Are any of these items/services Commercial Items per FAR 2.101(b)?� �YES�� �NO b.� If YES to #3.3a above are these items available is a PUBLISHED Catalog/Price List?� �YES�� �NO c.� If YES to #3.3b above can you supply us with a copy of your Price List?� �YES�� �NO d.� If NO to #3.3a above � if these items are not currently in the commercial market place, will these items be available in the commercial market place in time to satisfy the government�s delivery requirements on this project?�� �YES�� �NO e.� If YES to #3.3a above can you provide UNREDACTED commercial sales history, listing in catalogs or brochures, known established price list to commercial market place, availability or announcement to the general public?�� �YES�� �NO f.� The Government, and the Government only, must determine not only if an item is commercial but also if the commercial prices are fair and reasonable.� This is usually accomplished through proof that commercial market forces have driven the setting of the commercial price.� Such proof would describe the commercial market acceptance of the price or, more plainly, invoices proving that the item has been sold commercially at like prices, for like quantities.� Is your company willing and able to provide such proof, if the government determines it is needed to verify price reasonableness?�� �YES�� �NO 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Kristina Johnson, Procuring Contracting Officer Email all information in response to this sources sought to Stephanie Savage, stephanie.savage@navy.mil and Monica White, Monica.White@navy.mil. Responses are due by close of business 03 June 2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a0d4f0c7f57c4381b8c1761f082e4103/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05663246-F 20200521/200519230158 (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 |