SOURCES SOUGHT
58 -- HNVS FLIR Lots 9-13
- Notice Date
- 5/24/2022 1:06:17 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-19-G-0029FLIRLots9-13
- Response Due
- 6/8/2022 1:00:00 PM
- Point of Contact
- Giovanna S. Bonefont, Garrett Douglass
- E-Mail Address
-
giovanna.s.bonefont.civ@us.navy.mil, garrett.w.douglass.civ@us.navy.mil
(giovanna.s.bonefont.civ@us.navy.mil, garrett.w.douglass.civ@us.navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR), Program Executive Office Air, ASW, Assault, and Special Mission Programs (PEO(A)), Heavy Lift Helicopter Program Office (PMA-261), is seeking sources that can produce, manufacture, and deliver the (HNVS) AN/AAQ-44A Forward Looking Infrared (FLIR) system. Sources must have equipment, facilities, and expertise required to quickly and effectively produce, manufacture, test, check, repair, provide repair analysis, engineering support, obsolescence management, Engineering Change Proposal (ECP) Implementation, and repair of repairables for FLIR systems and system components. Based on current budget, NAVAIR may pursue a Multi-Year Procurement or other contracting measures to procure up to 180 units for the CH-53K program. The final quantities procured may be adjusted as authorized and appropriated by Congress. Tasks include the procurement of components, associated equipment and support comprised of special tooling, support equipment, test equipment, training equipment/services, sustaining engineering, repair of repairables, repair analysis, non-recurring and recurring engineering associated with engineering changes, publications, technical data, cost reduction initiatives, parts obsolescence, quality assurance, reliability and maintainability logistics support, publications, unit tear down/inspection/re-build/repair, test and delivery, and technical, administrative and financial data required to build and maintain the CH-53K. PLACE OF PERFORMANCE Place of Performance:� TBD Percentage of Effort:� 100% Government (On-Site):� 0% Contractor (Off-Site):� 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.� 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. �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.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ELIGIBILITY The applicable NAICS code is 334511 with a Small Business Size standard of 1,250 employees.� The Product Service Code (PSC) is 5841. ANTICIPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of 30 November 2024. ANTICIPATED CONTRACT TYPE (s) Cost Plus Fixed Fee, Fixed Price Incentive Fee, Firm Fixed Price REQUIRED CAPABILITIES The specific requirement of this effort under this sources sought notice is to produce, manufacture, test, check, repair, provide repair analysis, engineering support, obsolescence management, Engineering Change Proposal (ECP) Implementation, and repair of repairables for HNVS AN/AAQ-44A FLIR kits to the CH-53K. The AN/AAQ-44A FLIR System is A Turreted Forward-Looking InfraRed (FLIR) sensor that provides real-time passive thermal imagery. The FLIR imagery allows the pilot to navigate at night over the same terrain at low altitudes and with comparable airspeeds as during the day, and to locate and land on suitable landing sites. The FLIR AN/AAQ-44A system is comprised of two Weapon Replaceable Assemblies (WRAs)/Line Replaceable Units (LRUs): The Systems Electronics Unit (SEU) and the Turret FLIR Unit (TFU). WRA/LRU both have multiple Line Replaceable Units (LRUs) or Shop Replaceable Assemblies (SRU). The Government is not seeking alternatives to the HNVS AN/AAQ-44A system at this time and any potential offerors must be able to deliver all systems and associated data within the required timelines for GFP components to the CH-53K production line. The Offeror must provide Program Management and logistics support to include (but not limited to): Integrated Master Schedule (IMS), Cost and Software Data Reporting (CSDR)-Flexfile per DoD 5000.04-M-1, CDSR Manual, completing Earned Value Management (EVM) activities, Subcontractor Cost Data Reporting, Monthly Status reports with cumulative expenditure reports, repair status/ impacts and potential parts management/ material replenishment forcasting, including ordering parts/tracking. The Offeror must have an existing, proactive, and robust Diminishing Manufacturing Sources and Material Shortages (DMSMS) Strategy in accordance with DoDI 4245.15, Diminishing Manufacturing Sources and Material Sources (DMSMS), DoD Manual 4140.01, Volume 3, DoD Supply Chain Materiel Management Procedures: Materiel Sourcing, and the SD-22 Guidebook of Best Practices for Implementing a Robust DMSMS Management Plan. The Offeror must manage the software engineering process, engineering technical support, Electronic Test Data Reporting (eTDR), and associated environmental stress screening requirements. The offeror must be capable of performing Non-Recurring Engineering (NRE) efforts to upgrade and/or sustain the HNVS AN/AAQ-44A system. The offeror must currently possess the necessary engineering data to be able produce the HNVS/AN-AAQ-44A system as that data is not available to NAVAIR. � SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; Management approach to staffing this effort with qualified personnel; Statement regarding capability to obtain the required industrial security clearances for personnel; Company�s ability to begin performance upon contract award. What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. Can or has your company managed a team of subcontractors before?� If so, please cite contracts and teaming arrangement. What specific technical skills does your company possess which ensures capability to perform the tasks? If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the tasking described in required capabilities. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. Respondents to this notice must also indicate whether they are 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. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. In order for NAVAIR 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 that clearly allows for the information to be disclosed with covered Government support contractors. If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all International Traffic in Arms Regulations (ITAR) regulations is required. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to, Giovanna Bonefont at giovanna.s.bonefont.civ@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 8 June 2022.� 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. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. 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 these Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d257b16876614a299532cc46276e3715/view)
- Record
- SN06337474-F 20220526/220524230127 (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 |