Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2021 SAM #7113
SOURCES SOUGHT

R -- Thales Defense & Security, Inc. Basic Ordering Agreement (BOA)

Notice Date
5/21/2021 8:01:48 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-21-RFPREQ-APM276-0169
 
Response Due
6/20/2021 1:30:00 PM
 
Archive Date
07/05/2021
 
Point of Contact
Mary B. Edwards, Phone: 301-995-3716, Esther L. Ngounou, Phone: 301-757-4993
 
E-Mail Address
mary.b.edwards@navy.mil, esther.ngounou@navy.mil
(mary.b.edwards@navy.mil, esther.ngounou@navy.mil)
 
Description
1.0 Detailed Description 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 a 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 Beta SAM website at HTTPS://BETA.SAM.GOV.� 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.� The Naval Air Systems Command (NAVAIR) in support of the H-1 Program Office (PMA-276) and H-60 Program Office (PMA-299) intends to issue a Basic Ordering Agreement (BOA) for� �support supplies and services and on-site technical assistance to support the following products: Optimized TopOwl (OTO) Helmet Mounted Sight Display (HMSD) system on the H-1 aircraft, OTO Depot Level Specialized Test Equipment (STE) at the OTO Depot at Fleet Readiness Center Southwest (FRCSW), and �MH-60R AN/AQS-22 Airborne Low Frequency Sonar (ALFS) Weapon Replaceable Assemblies (WRAs). The contractor shall provide engineering, repair, and logistical services under BOA delivery orders to NAVAIR in support of sustainment and obsolescence mitigations of the products they have delivered and/or are currently supporting for the United States Navy (USN) and its Foreign Military Sales (FMS) customers. The resultant BOA will have both firm-fixed price (FFP) and cost-plus-fixed-fee (CPFF) clauses. � 2.0 Purpose The current H-1 technical support expires on 31 July 2021. The objective of the proposed BOA is to enable award of contract actions permitting continuous on-site technical assistance and support services necessary to support the latest configuration of the OTO HMSD system on the H-1 aircraft and MH-60R ALFS specialized test benches for a period of up to five years. Efforts under this BOA will included, but not limited to the following: �conducting Organizational and Intermediate (O/I) level OTO system maintenance; conducting both H-1 aircraft and OTO Weapons Replaceable Assemblies (WRA) troubleshooting, maintenance, and inspection; OTO Support Equipment (SE) troubleshooting and WRA corrective maintenance and/or replacement; OTO system training; OTO system Supply Support; assistance with Depot STE troubleshooting and maintenance; and on-going assistance with the transition of the OTO system troubleshooting and maintenance activities to United States Marine Corps (USMC)/Navy personnel. The contractor shall have successful operational experience, manufacturing, and sustaining engineering support in place as well as have experience integrating capabilities in all H-1 OTO and MH-60R ALFS aircraft configurations. 3. Requested Information Responsible sources may submit a Letter of Intent (LOI) and a concept summary, which contains a detailed description of the effort(s) described in paragraph 2.0 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 respective aircraft manufacturer to integrate the aforementioned efforts into the H-1 and the MH-60R programs.� Each concept summary should address how the proposed BOA meets the following requirements: Description of the specific effort described in paragraph 2.0 with a listing of applicable FAR/DFAR clauses In addition, the interested party should have or had a working relationship with the H-1MH-60R/ Original Equipment Manufacturer (OEM) (Thales AVS France SAS and Thales Underwater Systems SAS (TUS)). Thales AVS France SAS is the OEM of the OTO HMSD with proprietary data, expertise, technical data, equipment, and personnel required to provide in-depth technical support for the H-1. Thales Underwater Systems SAS (TUS) is the original designer, developer, and manufacturer of the AN/AQS-22 ALFS System WRAs for the Transducer Assembly (TA), Reeling Machine (RM), Reeling Machine Interface Unit (RMIU), Reeling Machine Control Unit (RMCU) and Reel and Cable (R&C).� Thales AVS France SAS and TUS own the proprietary data for these WRAs that is required to perform the efforts herein, including the applicable specifications, source code, and drawings. Thales AVS France SAS and TUS have provided specific licensing to Thales Defense Security Incorporated (TDSI) to support, maintain and sustain its systems on the H-1 and MH-60R weapon systems; therefore, TDSI is the only qualified source available with the technical knowledge and data to perform the efforts described herein.� Respondents should explain how they are able to work with the Government, Thales AVS France SAS, and TUS to integrate into the program the anticipated efforts described herein.� Previous and/or current working relationships with Thales should be noted. 4.0 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. The Government will not reimburse any costs incurred to prepare responses to this notice. 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 five single-spaced pages,� to Ms. Mary B. Edwards (mary.b.edwards@navy.mil) no later than 4:30 PM Eastern Daylight Savings Time (EDT) 06/20/2021. The LOI shall include the following information to verify credentials (do not submit classified information): An UNCLASSIFIED description of the specific effort solution CAGE code and Classified mailing Address POC the receive additional information or clarification POC to permit NAVAIR to obtain additional data to support analysis 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 Ms. Mary B. Edwards (mary.b.edwards@navy.mil ) by 4:30 PM EDT 06/20/2021. Full Response Submissions. Full response submissions to the above requested supporting unclassified data must be received no later than 4:30 PM EST 06/20/2021 to the following address � NAVAL AIR SYSTEMS COMMAND ATTN: Mary B. Edwards (V23.1.3.11) 48202 Bronson Road BLDG 2805 PATUXENT RIVER, MD 20670-1547 Ms. Edwards�s phone number is 301-995-3716 and the email address is mary.b.edwards@navy.mil. 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. Interested parties should provide at a minimum: a brief capabilities statement (not to exceed 25 pages) demonstrating their ability to provide the requirements listed in this RFI and any additional system capabilities.� The capabilities statement should include:� 1. Company information, including name, address, and URL; 2. whether the company is a manufacturer or a distributor; 3. A point of contact for follow-up information (phone number and email address); 4. Product name and information to include: data clearly defining system components and functions, minimum top level interface requirements, system flight qualification verification and test results, quantities and points of contact for any currently fielded systems and information on how long systems have been fielded; 5. Please indicate the level of training and user support that is available; 6. Lead time for ordering and delivery; and 7. Methodologies of addressing obsolescence and any product risks. 8. If a commercial product, provide commerciality justification. 9.� Indicate if any constituent components are from a foreign vendor or require foreign maintenance.� 10.� Describe maintenance philosophy, options and repair turnaround time.�� 11.� Indicate if any data to support integration and maintenance is other than unlimited or Government purpose rights.� DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL. Any unclassified questions regarding this RFI can be directed to Ms. Mary B. Edwards (mary.b.edwards@navy.mil) at 301-995-3716.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/656744ba04f442558a7b90cc6f92a5a9/view)
 
Record
SN06010266-F 20210523/210521230109 (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.