Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2021 SAM #7305
SOURCES SOUGHT

15 -- IDIQ for Aircraft Models B200, B300, C208B and C408

Notice Date
11/29/2021 1:23:13 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
PANRSA-22-P-0000000569
 
Response Due
12/21/2021 1:00:00 PM
 
Archive Date
01/05/2022
 
Point of Contact
Clarissa E. Cooney
 
E-Mail Address
clarissa.e.cooney.civ@army.mil
(clarissa.e.cooney.civ@army.mil)
 
Description
INTRODUCTION The Army Contracting Command, Redstone Arsenal, AL, is issuing this sources sought notice as a means of conducting market research, IAW FAR Part 10, to identify potential sources having an interest and industry technologies available to procure provide and support specific aircraft models B200, B300, C208 and C408 for Foreign Military Sales (FMS). The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, and the Fixed Wing Project Office (FWPO), anticipate a potential requirement to satisfy the procurement of civilian fixed-wing turboprop-type aircraft.� This effort is in direct support of FMS cases. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. 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. PROGRAM BACKGROUND The objective requirement is to develop an aircraft-only Indefinite Delivery Indefinite Quantity (IDIQ) to provide �on-demand� ordering capability as dictated by FMS case requirements. Present-day case requirements reveal a consistent need for a sustained contract vehicle to meet the customer nation demands, often with a compressed timeline due to case type and funding availability. 1. GENERAL REQUIREMENTS: The Government requires four (4) civilian fixed-wing turboprop specific model aircraft to include Models B200, B300, C208B and C408. The B200 and B300 models will be configured with the ProLine Fusion Cockpit.� The C208B and C408 aircraft models will be configured with the Garmin G1000 Nxi. All models shall be configured in compliance with Title 14 of the Code of Federal Regulations (CFR), Part 23, Airworthiness Standards and delivered with a current and valid Federal Aviation Administration (FAA) Form 8100-2 or country equivalent. 2. ELIGIBILITY:� All responses shall address the following: a. Business Size per NAICS 336411 (1,500 employees) and Product Service Code 1510. b. Identify Point of Contact (POC) including phone and email address. c. Please provide specific examples of the respondent providing production aircraft as those described above. 3. REQUIRED CAPABILITIES:� All aircraft are to be new production airframes with near-zero (0) time on the airframe, engines, and subcomponents and provided with the basic equipment required for flight and safe operation upon release from the production facility. All applicable warranties will be included with each new airframe. All related publications, to include airframe, engine, and subcomponent operation, maintenance, and parts manuals as well as all associated checklists and troubleshooting guides will be included with each new airframe. All proper documentation necessary to transfer the aircraft to subsequent integration facilities and the final export of the completed aircraft to the customer nation�s destination airport will be included with each new airframe.� The Beechcraft B200 type certified aircraft will be equipped with two (2) Pratt & Whitney Canada PT6A-52 turboprop engines with Hartzell four (4) blade propellers and configured with the ProLine Fusion avionics suite. The Beechcraft B300 type certified aircraft will be equipped with two (2) Pratt & Whitney Canada PT6A-60A turboprop engines with Hartzell four (4) blade propellers and configured with the ProLine Fusion avionics suite. The Cessna C208B type certified aircraft will be equipped with one (1) Pratt & Whitney Canada PT6A-140 turboprop engine with McCauley four (4) blade propellers and configured with the Garmin G1000 Nxi avionics suite. The Cessna C408 type certified aircraft will be equipped with two (2) Pratt & Whitney Canada PT6A-65SC turboprop engines with McCauley four (4) blade propellers and configured with the Garmin G1000 Nxi avionics suite. All aircraft types will be built to the requirements of the Title 14 of the Code of Federal Regulations (CFR), Part 23, Airworthiness Standards and each aircraft delivered will be provided with a current and valid Federal Aviation Administration (FAA) Form 8100-2 or country equivalent. Complimentary training associated with each new production aircraft will be included, maintained and integrated accordingly to ensure that the completion of the training will coincide with the completion of subsequent aircraft mission equipment modifications as appropriate. 4. OBJECTIVE REQUIREMENTS: The objective requirement is to develop an IDIQ to provide �on-demand� ordering capability as dictated by FMS case requirements. 5. RESPONSES REQUESTED: The responses are required not later than 3:00 p.m. Central Standard Time Zone on 21 December 2021. This Sources Sought Announcement is not a solicitation or a request for proposal. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this announcement to commit or obligate the Government or the respondents to further action as a result of this research. 6. SUBMISSION DETAILS: Interested respondents should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point Arial or Times New Roman fonts with one inch margins) demonstrating the ability to provide the products/systems listed in this announcement. Documentation should be in bullet format. No phone or emails with regards to the status of the RFP will be accepted prior to its release.� Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Frankie Claborn; Contracting Officer, Clarissa Cooney; and the FMS Lead Acquisition Analyst, Carol Matthews in either Microsoft Word or Portable Document Format (PDF), via email to frankie.l.claborn.civ@army.mil, clarissa.e.cooney.civ@army.mil and carol.h.matthews.civ@army.mil not later than 3:00 p.m. Central Time Zone on 21 December 2021 and reference the synopsis number (PANRSA-22-P-0000 000569) in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If the respondent has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary POC and their email address, fax number, web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, 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. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ee40073f12af4bb7aa9b8cf835fcc967/view)
 
Record
SN06186988-F 20211201/211129230121 (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.