SOURCES SOUGHT
J -- Support Equipment Sustainment
- Notice Date
- 5/23/2023 1:57:35 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
- ZIP Code
- 08733
- Solicitation Number
- N68335-23-R-0256
- Response Due
- 6/22/2023 2:00:00 PM
- Point of Contact
- Darla M Kelly, Phone: 2405779332, Shannan M. Germond, Phone: 2405778421
- E-Mail Address
-
darla.kelly@navy.mil, shannan.germond@navy.mil
(darla.kelly@navy.mil, shannan.germond@navy.mil)
- Description
- INTRODUCTION Naval Air Warfare Center, Aircraft Division and Aviation Support Equipment Program Office (PMA260) have a requirement for sustainment of current and future aviation Support Equipment (SE) to include Electronic Warfare and Infrared testers, Radio Frequency, Electro-Optics, Power & Load Mission Equipment Kits and related subsystem components. As such, the Government is seeking providers with experience delivering Repair of Repairables (RoR) and Consumables, Failure Report, Analysis, and Corrective Action data, Diminishing Manufacturing Sources and Material Shortages data, Obsolesce Engineering Change Proposals, Pre-Planned Product Improvements, as well as Engineering Support Services to support various fielded and future SE. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. Additionally, this sources sought is being used to gather constructive information from industry to improve the Request for Proposal (RFP). Estimated RFP Release: Late FY24 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 sources sought is strictly voluntary. ANTICIPATED CONTRACT TYPE The anticipated contract type will be an Indefinite Delivery Indefinite Quantity with Firm Fixed Price Contract Line Item Numbers (CLINs) to support RoR and Cost Plus Fixed-Fee CLINs for Sustaining Engineering and Logistics. SPECIAL REQUIREMENTS OR REQUIRED CAPABILITIES NONE. ELIGIBILITY North American Classification System (NAICS) code: 811210 Product Service Code (PSC):J066 Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2020-O0008 dated 04/30/20 at https://www.acquisition.gov/browse/index/far). To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice (SSN) in order to assist the Government�s capability determination. SUBMISSION REQUIREMENTS The Contractor response to this RFI is expected to consist of a description of the Contractor�s ability to provide sustainment support of a variety of aviation SE, and associated subsystems and components. �All comments or discussions pertaining to improving or enhancing the procurement should be submitted. Topics that are of interest to the Government are: 1. Provide sustainment support alternatives to include Performance Based Logistics, RoR or similar constructs and the benefits to the Government. 2.� Innovative technology refresh and obsolescence ideas.� 3. Innovative ideas for reliability improvement/failure reduction. 4. Elaborate/discuss any ideas or suggestions not covered above including any potential risks and recommended mitigation to innovative approaches/methods or constructs. Contractors will respond to this sources sought in the following manner: 1.� Means of Delivery: It is requested that information be submitted in response to this Sources Sought NO LATER THAN 30 days after posting to the Contract Specialist, Darla M. Kelly, by electronic mail at darla.m.kelly2.civ@us.navy.mil. 2.� Media: Submissions should be in PDF Document Format. 3.� Page Limit: Responses shall be limited to 20 pages. Product specifications, sketches, or listings of authorized distributors will not count toward the page limitation. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bf7eb0c6b8e646d99ea6065a9a8a810d/view)
- Record
- SN06692227-F 20230525/230523230123 (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 |