Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2023 SAM #7760
SOURCES SOUGHT

J -- C-130J/T Sustaining Engineering and Logistics Support Services in support of the C-130J/T aircraft

Notice Date
2/23/2023 7:40:03 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
N00019-22-RFPREQ-APM207-0885
 
Response Due
3/10/2023 8:59:00 PM
 
Point of Contact
Jessica L. Dean, Shawn Campbell
 
E-Mail Address
jessica.l.dean38.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil
(jessica.l.dean38.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil)
 
Description
1.� INTRODUCTION This sources sought is being issued by the Naval Air Systems Command (NAVAIR).� The Navy Tactical Lift (PMA-207) Program Office is seeking continued repair and calibration services needed to return specific peculiar support equipment (PSE) to Ready for Issue (RFI) condition, to include the procurement of all necessary piece parts. The specific PSE for repair and calibration are as follows: E-TCAS/IFF Test Box (PN: 3404018-1), Anti-Skid Test Set (PN: 3404035-1), Gage Kit (PN: ES125210-1), and Radar Altimeter Test Set (PN: ES125219-1).� In addition, PMA-207 is seeking non-reoccurring engineering (NRE) tasks associated with developing a Center Wing Box (CWB) replacement kit that incorporates the unique design elements of the Navy Flight Demonstration Squadron (NFDS) logistical support C-130J. LMAC is the sole designer, developer, and original equipment manufacturer (OEM) of the PSE and CWB. Unrestricted access to the current LMAC technical data will be required to provide the services requested. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 and DFARS 206.302-1(d) 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.� All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who believe they are capable of providing the supplies and services noted above and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey. 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. This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. If after reviewing this information, you desire to respond to this sources sought, you should provide documentation to substantiate your product meets the requirements specified herein. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. 2.� BACKGROUND The PSE repair services and engineering support services are currently performed by Lockheed Martin Aeronautical Corporation (LMAC) under contract, N00019-19-D-0014. 3.� INFORMATION REQUESTED AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested contractors shall submit their technical capabilities describing how they are able to meet the Government�s complete requirements identified in paragraph 1. Please submit two copies of your capabilities statement in an executive summary format not to exceed 10 pages in length, font no smaller than 10 point. 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. 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 Information on potential Contractor�s approach to meet the Government's complete requirements described in paragraphs 1 and 2. Access to LMAC OEM specific design data, repair procedures, and data rights to the aforementioned PSE and CWB replacement kits contained in paragraphs 1 and 2. Ability and experience procuring parts and materials required to meet the requirements outlined in paragraphs 1 and 2. Related past performance within the last five years. Upon evaluation of the capabilities statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. 4. RESPONSES Inquiries regarding this Sources Sought shall be addressed to Ms. Jessica Dean at jessica.l.dean38.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil. Email capability statements in response to this sources sought to Ms. Jessica Dean and Mr. Shawn Campbell. Responses are due by 10 March 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70a562666f1a4bdab38ab4e5407812b5/view)
 
Record
SN06600414-F 20230225/230224211928 (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.