Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 06, 2022 SAM #7615
SOURCES SOUGHT

16 -- KC-130J Armor Kits

Notice Date
10/4/2022 9:54:16 AM
 
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
N00019-22-RFPREQ-APM207-0215(Rev-1)
 
Response Due
10/19/2022 2:00:00 PM
 
Point of Contact
Shauna Fitzgerald, Shawn Campbell
 
E-Mail Address
shauna.n.fitzgerald.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil
(shauna.n.fitzgerald.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil)
 
Description
Synopsis: 1.� INTRODUCTION The Naval Air Systems Command (NAVAIR) intends to award a sole source contract for the procurement of eleven (11) Armor A-Kits and Armor B-Kits listed in the below table with QinetiQ North America, 350 Second Ave, Waltham MA 02451, for the U.S. Marine Corps KC-130J aircraft. �Armor - A Kit NIN:�000000001018359036 Part Number:�50711800 Quantity: 11 Armor - B Kit NIN:�000000001018359034 Part Number:�50711001 Quantity: 11 This is a follow-on procurement to sole source (FFP & CLIN type) contract N00019-20-P-0009 performed by QinetiQ North America. The intent is to pursue a sole source acquisition under the authority of FAR 6.302-1, �Only One Responsible Source and No other Suppliers or Services Will Satisfy Agency Requirements.� QinetiQ North America is the sole designer, developer, and manufacturer of the KC-130J Armor A-Kits and Armor B-Kits 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 336413. 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 USMC inventory of the KC-130J aircraft required armor upgrades to provide increased survivability in order to meet threat capabilities. The armor A-Kit and B-Kit were designed and developed by QinetiQ North America, the Original Equipment Manufacturer. The Government did not purchase a license for the data rights for the A-Kit or B-Kit. The Government provides the procured A-Kits and B-Kits as Government Furnished Equipment (GFE) to various Government selected locations to install the A-Kit and then integrate the B-Kit. This requirement is for the procurement of both A-Kits and B-Kits. 3.� INFORMATION REQUESTED NAVAIR is conducting market research to identify Federal Aviation Administration (FAA) certified industry partners that can provide the KC-130J Armor Kits identified in paragraph 1 above. Products must be delivered no later than 35 weeks after receipt of order. Potential contractors are requested to provide information on current products, relevant history, evidence of past performance, access to original equipment manufacturer (OEM) engineering design data, technical manuals, and capability of supporting in full, the products identified herein. Interested contractors shall submit their technical capabilities describing how they are able to meet the Government's complete requirements described in paragraphs 1 and 2 of this sources sought. Please submit a copy of your response in an executive summary format not to exceed 20 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 a.� Company's name and address. b.� Company's point of contact including email address and phone number. c.� Company's business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided. d.� General corporate information. 3.2� Specific Sources Sought Information Requested a.� Proposed approach to meet the Government's complete requirements described in paragraphs 1 and 2 above b.� Potential teaming arrangements. c.� Related past performance within the past five years. 3.3� Specific Commercial Information Requested a.� Are any of these items/services Commercial Items per FAR 2.101(b)?� �YES�� �NO b.� If YES to #3.3a above are these items available is a PUBLISHED Catalog/Price List?� �YES�� �NO c.� If YES to #3.3b above can you supply us with a copy of your Price List?� �YES�� �NO d.� If NO to #3.3a above � if these items are not currently in the commercial market place, will these items be available in the commercial market place in time to satisfy the government�s delivery requirements on this project?�� �YES�� �NO e.� If YES to #3.3a above can you provide UNREDACTED commercial sales history, listing in catalogs or brochures, known established price list to commercial market place, availability or announcement to the general public?�� �YES�� �NO f.� The Government, and the Government only, must determine not only if an item is commercial but also if the commercial prices are fair and reasonable.� This is usually accomplished through proof that commercial market forces have driven the setting of the commercial price.� Such proof would describe the commercial market acceptance of the price or, more plainly, invoices proving that the item has been sold commercially at like prices, for like quantities.� Is your company willing and able to provide such proof, if the government determines it is needed to verify price reasonableness?�� �YES�� �NO 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Ms. Shauna Fitzgerald at shauna.n.fitzgerald.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil. Email all information in response to this sources sought to Ms. Shauna Fitzgerald and Mr. Shawn Campbell. Responses are due by close of business 19 October 2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/78100c9b023f437e8a81cd687dcb0472/view)
 
Record
SN06486645-F 20221006/221004230124 (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.