Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2020 SAM #6778
SOURCES SOUGHT

16 -- T-45 Digital Data Set (DDS) Post Production Support

Notice Date
6/18/2020 4:55:57 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
2519761820
 
Response Due
7/6/2020 10:00:00 AM
 
Archive Date
07/21/2020
 
Point of Contact
Robert Myers, Phone: 2405870517, Lynn Kaniss, Phone: 3017573421
 
E-Mail Address
Rob.myers@navy.mil, lynn.kaniss@navy.mil
(Rob.myers@navy.mil, lynn.kaniss@navy.mil)
 
Description
T-45 Digital Data Set (DDS) Post Production Support.� Sources Sought for T-45 Digital Data Set (DDS) Post Production Support� (information is identical to the attachment) This Sources Sought is not a Request for Proposal. It is a market research tool being used to determine the adequacy of potential business sources, especially small business sources, prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the United States Navy in conducting Market Research of industry to determine potential business sources who have the assets, skills, experience, qualifications and knowledge required to support the below requirement. This requirement is subject to change and the information provided herein is for informational purposes only. Any resultant competitive solicitation, if any, will be released on the beta.sam.gov website. It is the responsibility of potential Offerors to monitor the beta.sam.gov site for additional information pertaining to this requirement. At this time, no official solicitation documents exist. This Sources Sought announcement is not a contract, a RFP, a promise to contract, or a commitment of any kind. The US Government will not assume liability for costs incurred by any offer or for travel expenses, presentations, marketing efforts or data related to any data offered for examination. Therefore, the cost of preparing information in response to this notice is not considered an allowable direct or indirect charge to the Government. Requirement: The Naval Undergraduate Flight Training Systems Program Office (PMA-273) has a requirement for continuing support of the T-45 DDS and its associated software. This requirement is driven by modifications of existing avionics components installed in the T-45 aircraft. The purpose of this Sources Sought is to determine the availability and technical capability of vendors in the commercial sector having the capability to provide post production support of the T-45 DDS and its associated software. Any change to the existing DDS requires access to Original Equipment Manufacturer (OEM) drawings, computer software code, and specifications and engineering data. The OEM for the DDS is Physical Optics Corporation. The Government does not own or have data right for the DDS. Potential vendors must be able to demonstrate their ability to obtain required technical documentation from the OEM in order to provide required support. T-45 Background: The Navy Model T-45C Goshawk manufactured by The Boeing Company is a two (2) place, tandem seating, light weight, high performance, fully carrier-capable, digital cockpit version of the British Aerospace Hawk. It is powered by a single Rolls Royce F405-RR-401 turbofan engine, producing a sea level, installed, static thrust of 5,527 pounds. The DDS consists of the Data Acquisition Unit (DAU) and the Control Panel (CP). The DDS is configured to provide a MIL-STD-1553B interface to allow direct communication with the Mission Display Processor (MDP). The Mission Data Transfer Unit (MDTU) performs mission data transfer and video/audio recording. SensorView Software provides maintenance personnel with the ability to view aircraft sensor values on the Multi-function Test Set (MTS) by interfacing with the DAU. The DDS post production effort covers the procurement of engineering and logistics support required to sustain the T-45 DDS and its associated hardware and software. Requirements include technical support of the DDS system and its integration into the T-45 aircraft, DDS support equipment and ancillary equipment problem resolution, engineering investigations and corrective actions for DDS anomalies, identification/recommended resolution for DDS components potentially affected by obsolescence, engineering and logistics support for Validation/Verification activities affected by Engineering Change proposals, and OEM reach-back capability for software and hardware components. The applicable North American Industry Classification System (NAICS) Code for this requirement is 336413 (Other Aircraft Parts and Auxiliary Equipment), which has a small business size of 1,250 employees. The Product Service Code is 1680, which is for Miscellaneous: Aircraft Accessories and Components, and the associated Object Class Code is 26.0, which is for Supplies and Materials. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify its business size in its capabilities statement. If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting clause has changed. Deviation 2019-O0003 is now in effect which adds the definition of ""Similarly Situated Entity"" and changes the 50% calculation for compliance with the clause. Small business primes may now count ""first tier subcontracted"" work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2019-O0003 dated 12/3/18 at https://www.acquisition.gov/browse/index/far ). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize ""similarly situated entities"" to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government�s capability determination. It is requested that interested small and large businesses submit to the contracting office a capabilities statement package (no more than 20 pages size 8.5 x 11 inches in length, paginated, single-spaced, and 10-point font minimum). All responses shall include Company Name, Company Address, and at least two Points of Contact including name, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services as described in this synopsis. The capabilities statement shall address in detail, at a minimum, all items under Contractor Survey, Parts I, II and III. INSTRUCTIONS: 1. Below are the descriptions of the T-45 DDS requirements survey. 2. If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities. If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Additionally, please state in your submittal if you intend to submit as the prime Contractor or as a subcontractor (identify the prime Contractor with whom you will subcontract). Please include intentions for small business utilization if your company is not classified as a small business. 3. Both large and small businesses, pursuant to the size status for NAICS Code 333316 (1,250 employees) are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. 4. Questions relative to this Sources Sought should be addressed to rob.myers@navy.mil and lynn.kaniss@navy.mil CONTRACTOR SURVEY: Part I: Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute Name: 2. Address: 3. Two Points of Contact: 4. CAGE Code: 5. Phone Number: 6. E-mail Address: 7. Web Page URL: 8. Size of business pursuant to NAICS Code: 333316. Based on the above NAICS Code. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 9. A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership). Part II: General Capability Answers to the below inquiries will be evaluated to determine capability and the likelihood that requirements can be executed based on capability and the chosen approach of respondents. The evaluation will be assessed for risk and impact of cost, schedule and technical performance 4 related matters that could occur depending on the management approach, current capability and needs to establish additional capability. It is preferable to the Government that similar responses to separate inquiries be identified by reference to areas within this market research response that the Contractor feels adequately address the inquiry. 1. Please describe your prior/current corporate experience and performance of requirements of this type, size, and complexity of effort within the last 5 years. For each such experience referenced, please provide contract number, organization supported, indication of whether performance was as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the requirements objectives. 2. Provide a summary of the company's capability to meet the requirements objectives and perform the efforts for a contract of this magnitude. This description shall demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (a) Aircraft avionics system design, integration and testing, (b) integrated aircraft avionics system modification, (c) software development and modification, (d) Capability Maturity Model Integration (CMMI) software level certification, (e) development, upgrading and fielding of modification installation kits, and (f) qualifying, testing, certifying aircraft, aircraft subsystems and components and the development. 3. Describe your Company profile to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code(s), statement regarding current Small Business Administration (SBA) business size and socio-economic classification under (i.e., small, Small-Disadvantaged, Service-Disabled, Veteran-Owned, HUBZone, etc.), statement whether your interest in this effort is as a prime Offeror or to express interest regarding subcontracting possibilities, and contact information (telephone and email) for points of contact of those able to discuss the material submitted. 4. Describe your capacity and facilities for this effort. Explain any element of this requirement (i.e., engineering, aircraft integration, technical data development, testing, etc.) that your company either doesn�t have or that must be established to accomplish tasks that result from the requirements. 5. Describe how your company would have the ability to begin performance thirty (30) days following a contract award. 6. Describe any limitations your company may have for responding to these requirements. Include limitations and courses of action necessary to overcome the limitation. Identify whether the limitation is based on cost, schedule or technical performance issues you feel should be considered. Part III: Technical Approach 1. Describe the ability of your company to provide DDS support for the T-45 aircraft. Since the Government does not own complete data rights to the aircraft design or the DDS, describe how you will provide support without Government-furnished technical data. If you will be partnering with another company, provide the company name and contact information for an individual knowledgeable about the teaming arrangement at that company. Did you coordinate with the company on this possible partnership and are they willing to be in the partnership? 2. Describe how you will incorporate growth for future requirements or technology insertion. 3. Provide literature (schematics, block diagrams or specifications) describing your technical approach to provide the given functionality within the current avionics hardware. 4. Describe your approach to incorporate and certify your proposed T-45 DDS post production support solution. 5. This effort will require compliance with AS9100C. What quality assurance processes and test qualification practices does your company employ? State whether your company is currently AS9100C certified or how your company will obtain this certification by the proposal due date. 6. Describe your hardware and software configuration control management program. 7. Provide an assessment of the reliability, maintainability and supportability of your approach. 8. Provide an assessment of the program technical, schedule, and cost risks. 9. Provide your technical data sharing methodology and process to allow for independent and/or a mixture of Government organic, Contractor, or Private-Public-Partnering repair and sustainability of components/systems addressed in your response. The acquisition strategy has not yet been determined. Market research results will assist the Navy in determining whether this requirement will be a full and open competition, a small business set aside, or a sole source acquisition. Your Capabilities Statement shall be submitted by email and received no later than 1:00pm Eastern Daylight Time (EDT) on 6 Jul 2020 and shall reference ""T-45 DDS"" on both the email and all enclosed documents to Rob.Myers@navy.mil and lynn.kaniss@navy.mil in either Microsoft Word or Portable Document Format (PDF),. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. This request is for informational purposes only. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. The Government does not intend, nor is it under any obligation, to provide responses or comments on the submitted capability statement package. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by accessing the SAM website at https://www.sam.gov. Also, should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil. All questions regarding this Sources Sought notice must be submitted via email to rob.myers@navy.mil and lynn.kaniss@navy.mil. No questions will be accepted by phone. Government responses to submitted questions will be posted on https://beta.sam.gov. 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 this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a20223046b44f8a8f2f509f99b4e2c0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05696309-F 20200620/200618230204 (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.