SOURCES SOUGHT
J -- C-130J/T Sustaining Engineering and Logistics Support Services in support of the C-130J/T aircraft
- Notice Date
- 8/16/2022 11:20:24 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-24-RFPRFQ-APM207-0048
- Response Due
- 8/30/2022 2:00:00 PM
- Point of Contact
- Monica White, Kristina Johnson
- E-Mail Address
-
monica.white@navy.mil, kristina.m.johnson79.civ@us.navy.mil
(monica.white@navy.mil, kristina.m.johnson79.civ@us.navy.mil)
- Description
- 1.� INTRODUCTION� The Naval Air Systems Command (NAVAIR) intends to award a sole source contract for five years with Lockheed Martin Aeronautics Corporation (LMAC), 86 South Cobb Drive, Marietta, GA 30063, for the effort associated with the C-130J/T Sustaining Engineering and Logistics Support Services in support of the C-130J/T aircraft for domestic and foreign military customers. A sole source acquisition will be procured under the authority of FAR 6.302-1, �Only One Responsible Source and No other Suppliers or Services Will Satisfy Agency Requirements.� LMAC is the sole designer, developer, and original equipment manufacturer (OEM) of the C-130J/T aircraft and is the only known firm with the necessary technical data, knowledge, equipment, facilities, and experience with the subject aircraft to provide the required supplies and services within the required timeframe. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 336411. DISCLAIMER 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. 2.� BACKGROUND The NAVAIR C-130J/T program currently provides support for approximately 117 LMAC aircraft.� This effort consists of on-site field service representative support; sustaining engineering support; integrated logistic support; reliability improvements; configuration management; technical publications; peculiar spares (non-Defense Logistics Agency); and associated project management. This is a follow-on procurement to sole source contract N00019-19-D-0014 currently being performed by LMAC. The existing contract is an IDIQ / FFP & CPFF CLIN types. This contract is due to expire 31 December 2023. 3.� INFORMATION REQUESTED AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide comprehensive engineering support, logistics, and programmatic support identified in paragraph 1. �Potential contractors are requested to provide information on current products and services, relevant history, evidence of past performance, access to original equipment manufacturer (OEM) engineering design data and use of proprietary modeling tools, and capability of supporting in full the functions and services identified herein. Interested contractors shall submit their technical capabilities describing how they are able to meet the Government�s complete requirements for engineering and logistic support of the aircraft described in paragraphs 1 and 2 above. Please submit two copies of your capabilities statement in an executive summary format not to exceed 10 pages.� If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance.� Please do not include company brochures or other marketing type information.� Include the following: 3.1� Corporate Information Company's name and address. Company's point of contact including email address and phone number. Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. General corporate information. 3.2� Specific Sources Sought Information Requested Potential teaming arrangements, contractual relationships, and related past performance with LMAC in the past five years. Ability to provide OEM peculiar components, parts, and materials in support of maintenance actions and operational support. Access to current C-130J/T OEM technical manuals and source data, plus approved notice of all updates as applicable to perform the Logistics Support Analysis, Software Support, Technical Publication and NATOPS Flight Manual updates/revisions. Access to C-130J/T OEM technical source data for aircraft structural properties, wiring routing diagrams, mission computer software interfaces and parts interchangeability. Access to LMAC specific design engineering databases, tools, and models needed to perform unique services such as DTADS data analysis for structural health monitoring, severity factor analysis for the Service Life Extension Program, OEM Computational Fluid Dynamics modeling used for handling qualities and loads analysis, and more. Access to LMAC engineering design source data for determining design limits and performing repair analysis. The contract type is anticipated to be a five-year IDIQ / FFP & CPFF CLIN types with performance commencing 01 January 2024. 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Monica White at monica.l.white30.civ@us.navy.mil and Ms. Kristina Johnson at� �kristina.m.johnson79.civ@us.navy.mil. Email all information in response to this sources sought to Monica White and Ms. Johnson.� Responses are due by close of business 30 August 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4520e63cfd2c45dfb12a44c72a15390b/view)
- Record
- SN06429714-F 20220818/220816230129 (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 |