Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2021 SAM #7117
SOURCES SOUGHT

16 -- V-22 Production and Retrofit Integration; Engineering Change Proposals (ECP), and Reliability/Sustainability Improvements

Notice Date
5/25/2021 1:43:43 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
N00019-21-RFPREQ-PMA-275-0376
 
Response Due
6/10/2021 9:59:00 AM
 
Archive Date
06/25/2021
 
Point of Contact
Michelle Tuschinski, Kady M. Harris
 
E-Mail Address
michelle.tuschinski@navy.mil, kady.harris@navy.mil
(michelle.tuschinski@navy.mil, kady.harris@navy.mil)
 
Description
1.0�� �Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking sources to provide ongoing production and retrofit integration, Engineering Change Proposals (ECP), production transition, and reliability/sustainability improvements on production and fielded V-22 aircraft, simulators, and trainers. . 2.0�� �Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. �THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. 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 SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE SYSTEM FOR AWARD MANAGEMENT (SAM) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0�� �Background The Bell-Boeing Joint Project Office (JPO) has been the sole designer, developer, integrator, and producer of the V-22 Tilt-Rotor Aircraft since 1983. In order to support on-going production and retrofit integration, Engineering Change Proposals (ECP), reliability improvements and continued expansion of the V-22 flight envelope on production and fielded V-22 aircraft, simulators and trainers, the V-22 Program Office has utilized Basic Ordering Agreements with Bell-Boeing. The V-22 Program is seeking all sources for the purpose of determining whether to conduct a competitive procurement for all or parts of the planned tasking. The requested information herein is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. The Government does not possess a complete production or retrofit technical data package for the aircraft. The objective of this action is to procure the following products and support for the V-22 aircraft: 1) Development, manufacture and installation of engineering change proposals for block upgrades, forward fit and/or retrofit kits including, but not limited to, associated production assessments/life cycle analysis, non-recurring engineering, systems engineering, integrated logistics support, production support, prototyping, validation and verification of changes, development, validation and verification of technical publications/manuals/changes/directives, associated logistics impacts, testing of retrofit safety and test equipment changes, spare and repair parts for aircraft, subsystems, training simulators/devices, tooling and tooling support, support equipment and cost reduction initiatives; 2) Software development and infrastructure support related to systems and subsystems originally developed and integrated by the aircraft Original Equipment Manufacturer (OEM), including, but not limited to, avionics and air vehicle management systems upgrades, training simulator/device concurrency and modernization upgrades, avionics support and any hardware upgrades required to implement software updates; 3) Testing, including but not limited to, bench testing, avionics system testing, training system testing, qualification testing, characterization testing, airworthiness, ground and fatigue engineering, modeling and simulation, wind tunnel, ground and flight testing, data reduction and analysis of flight test data, technical publication source data development, flight clearance recommendation and tactics development, and related test support for aircraft and subsystems; 4) Logistics support including, but not limited to, developing product support packages in support of Test & Evaluation, Interactive Electronic Technical Manual (IETM) updates, repair and test of Peculiar Support Equipment (PSE), new PSE, prediction of Intermediate and Depot-Level Maintenance, Reliability Centered Maintenance analysis, engineering support for damage limits assessment and repair procedures, diagnostics engineering support, concurrency provisions for Product Lifecycle Management (PLM) information systems and the development and delivery of Operational Test Program Sets; 5) Obsolescence management efforts for aircraft and training systems, including, but not limited to, obsolescence trade studies, obsolescence component testing and bridge or life-of-type buys; 6) Support to aircraft including, but not limited to, engineering investigations, service life assessment support, service life extension support, analyses and studies; 7) Requalification efforts for subsystems or parts including procurement of kits/spares to support retrofit integration, as well as test support, parts obsolescence analysis, ECP implementation, special tooling and/or tooling modifications, repair analysis and repair of repairables. 4.0 �� �Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0�� �Requested Information Interested parties must submit (do not submit classified information): 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include, the facility clearance for the CAGE code and licensing agreements with the OEM to allow access to technical data required to fulfill the requirements. 2. CAGE code, DUNS Number, and mailing address 3. Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 4. POC information and mailing address 5. POC to receive additional information or clarification 6. Describe Contractor's ability to manage and secure classified information 7. An UNCLASSIFIED detailed description of capabilities to include the following: a. Description of the Contractor's approach and experience with performing the following tasks on V-22 aircraft, simulators and trainers. Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. 1) Development, manufacture and installation of engineering change proposals for block upgrades, forward fit and/or retrofit kits including, but not limited to, associated production assessments/life cycle analysis, non-recurring engineering, systems engineering, integrated logistics support, production support, prototyping, validation and verification of changes, development, validation and verification of technical publications/manuals/changes/directives, associated logistics impacts, testing of retrofit safety and test equipment changes, spare and repair parts for aircraft, subsystems, training simulators/devices, tooling and tooling support, support equipment and cost reduction initiatives; 2) Software development and infrastructure support related to systems and subsystems originally developed and integrated by the aircraft Original Equipment Manufacturer (OEM), including, but not limited to, avionics and air vehicle management systems upgrades, training simulator/device concurrency and modernization upgrades, avionics support and any hardware upgrades required to implement software updates;� 3) Testing, including but not limited to, bench testing, avionics system testing, training system testing, qualification testing, characterization testing, ground and fatigue engineering, modeling and simulation, wind tunnel, ground and flight testing, data reduction and analysis of flight test data, technical publication source data development, flight clearance recommendation and tactics development, and related test support for aircraft and subsystems; 4) Logistics support including, but not limited to, developing product support packages in support of Test & Evaluation, Interactive Electronic Technical Manual (IETM) updates, repair and test of Peculiar Support Equipment (PSE), new PSE, prediction of Intermediate and Depot-Level Maintenance, Reliability Centered Maintenance analysis, engineering support for damage limits assessment and repair procedures, diagnostics engineering support, concurrency provisions for Product Lifecycle Management (PLM) information systems and the development and delivery of Operational Test Program Sets;� 5) Obsolescence management efforts for aircraft and training systems, including, but not limited to, obsolescence trade studies, obsolescence component testing and bridge or life-of-type buys; 6) Support to aircraft including, but not limited to, engineering investigations, service life assessment support, service life extension support, analyses and studies;� 7) Requalification efforts for subsystems or parts including procurement of kits/spares to support retrofit integration, as well as test support, parts obsolescence analysis, ECP implementation, special tooling and/or tooling modifications, repair analysis and repair of repairables. b. Describe Contractor's knowledge of the design, structural loads, safety factors, aerodynamic and structural appraisal of fatigue effect databases, unique operational performance, maintenance and support characteristics of the V-22 aircraft. c. Describe Contractor's knowledge of the production engineering, established tooling and support equipment for fabrication and production of the V-22 aircraft necessary to support production integration efforts covered by the required tasking. 6.0 �� �Responses Data Markings. In order to complete its review, NAVAIR must be able to share a 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 must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. 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. Full Response Submissions. Responding parties must submit UNCLASSIFIED full response submissions via electronic means to the following points of contact no later than 4:00 P.M. Eastern Daylight Time (EDT) XX June 2021. Kady Harris � kady.harris@navy.mil Michelle Tuschinski � michelle.tuschinski@navy.mil Erin Hansen � erin.m.hansen1@navy.mil Provide full response with electronic media that is Microsoft Office 2010 compatible. � It is requested that the response have a page limit of 25 pages, and must be in English. Classified information or material SHALL NOT be submitted. 7.0�� �Questions Questions regarding this sources sought can be directed to Michelle Tuschinski (michelle.tuschinski@navy.mil). 8.0 �� �Summary 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aaf6bd59766e4222b375291730fdd138/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06012837-F 20210527/210525230106 (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.