Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2023 SAM #7879
SOURCES SOUGHT

69 -- MH-60 Training Devices

Notice Date
6/22/2023 6:38:10 AM
 
Notice Type
Sources Sought
 
NAICS
333310 —
 
Contracting Office
NAWC TRAINING SYSTEMS DIV ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
N6134023R0107
 
Response Due
7/7/2023 2:00:00 PM
 
Archive Date
07/22/2023
 
Point of Contact
Kurt Susnis, Phone: 4073804243
 
E-Mail Address
kurt.susnis@navy.mil
(kurt.susnis@navy.mil)
 
Description
INTRODUCTION NAWCTSD anticipates competing this requirement using the Training System Contract (TSC) IV Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Contract (MAC). Responses received for this notice will serve as consideration for the Government�s decision to fulfill this requirement as a Small Business set-aside or via full and open basis under the TSC IV IDIQ MAC, and will follow the TSC IV H.1 Delivery Order Procedures. �Additionally, the requested information will be taken into account for acquisition planning purposes. �Any interest in subcontracting opportunities shall be addressed to the TSC IV Prime contract holders.� Non-TSC IV small businesses interested in subcontracting opportunities are encouraged to respond to this notice indicating their specific area(s) of capability. PLACE OF PERFORMANCE The MH-60 trainers involve the following delivery locations: Four Composite Maintenance Trainers (CMT) Romeo and Sierra� Composite Maintenance Trainers (CMT) Romeo� One for North Island, CA� One for Jacksonville, FL� Composite Maintenance Trainers (CMT) Sierra� One for North Island, CA� One for Norfolk, VA� Four Automatic Flight Control System (AFCS) Trainers� Two for North Island, CA� One for Jacksonville, FL� One for Norfolk, VA� Three Main Landing Gear (MLG) Trainers� One for North Island, CA� One for Jacksonville, FL� One for Norfolk, VA� PROGRAM BACKGROUND NAWCTSD is tasked by the Naval Air Systems Command (NAVAIR) Program Office for Naval Aviation Training Systems (PMA-205) to upgrade existing MH-60 Romeo and Sierra trainers specifically used for the Aviation Electrician�s rating as found in the AE Functional Requirements Document (FRD) in support of maintenance training at CNATTU.� These trainers in need of upgrades are currently located at North Island, CA (NI), Jacksonville, FL (JAX), and Norfolk, VA (NO).� Original Equipment Manufacturers for these trainers are as follows: Trainer Locations(s) Manufacturer CAGE Code Part Number CMT JAX, NI, NO Sikorsky 78286 70725-60000-041 AFCS JAX, NI Sikorsky 78286 70725-80025-041 AFCS NI, NO L3 Communications GSI 7Z726 305001 MLG JAX, NI, NO Sikorsky 78286 70725-80050-041 The scope of effort vary by trainer. The specific trainer requirements are noted in the following section below. The trainer upgrades will be used to provide enhanced training capability to meet the approved Functional Requirements Documents (FRDs) for Sailor 2025 Ready Relevant Learning Aviation Electrician's Mate (AE) Rating requirements. REQUIREMENTS Below are the required specification updates to each of the MH-60 trainers: CMT Modern infrared fire detectors. Thunderstorm and Glare-Shield lighting to include mounting points, wiring and panels.� Two Multi-Function Displays (MFDs), one Mission Computer, one Autopilot Computer, an upgraded Automatic Flight Control System (AFCS), one Flight Display, and one Trackball for Copilot side of the Cockpit.� An Embedded Global Positioning System (GPS)/Inertial Navigation System (INS) (EGI) and GPS system hardwired into the aligned mode to show functionality.� AFC Sierra Pitot and Static pneumatic lines. Pitot Static Mast Head with its correspondent mounting surface.�� AFC Romeo Pitot and static pneumatic lines. Pitot tube mast head, and a separate static port with its correspondence mounting surface.� One backup airspeed indicator, and one Barometric Altimeter/Encoder wired and plumbed in.� MLG Sierra tail wheel assembly that includes a tail wheel lock-pin, actuator, and wiring. Notes: Exact award and delivery schedule will be promulgated at RFP. ANTICIPATED SCHEDULE (Estimated) Final RFP: September 2023 Award: February 2024 ELIGIBILITY The applicable NAICS code for this requirement is 333310 (Other Commercial and Service Industry Machinery Manufacturing). �The Product Service Code (PSC) is 6910. ���All TSC IV IDIQ MAC prime contractor holders are requested to answer #1, #2, and #3 under submission details, when responding to this notice. �Any interested TSC IV IDIQ MAC small business prime contract holders must also answer #3 under submission details. SUBMISSION DETAILS Enclosure 1: TSC IV Request for Information (RFI) (Small Businesses Only) All responses shall include: Notice of interest and contact information, should the Government have any additional questions. If you are a large business please provide the percentage of work you believe could be reasonably subcontracted to small business, should this effort not be set-aside within the TSC IV IDIQ MAC. A written statement detailing the ability to meet the above requirement. The Government understands that minimal information is provided within this posting and interested TSC IV IDIQ MAC holders may not be able to answer this question in detail. �Any historical contracts (provide only the contract number and brief overview) that have been executed or in the process of being executed that are similar to the scope of this effort is requested in your written statement. A completed copy of Enclosure (1) (small business prime contract holders ONLY). It is requested that written responses be submitted as a Microsoft Word Office 2010 applications (MS Word), document, limited to one (1) pages for large business contract holders and five (5) pages for small business prime contract holders (including enclosure 1) (8.5�x11�), single-sided, and 10 point Times New Roman font size, submitted by email to Mr. Kurt Susnis (kurt.a.susnis.civ@us.navy.mil) no later than 5 PM Eastern Standard Time (EST) on Friday, 7 July 2023. �The five (5) pages for small business prime contract holders includes the response to Enclosure (1). �Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. �Classified material SHALL NOT be submitted. DISCLAIMER THIS SOURCE 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. GOING FORWARD, ALL NEW ENTITIES REGISTERING IN GSA�S SYSTEM FOR AWARD MANAGEMENT (SAM), AS WELL AS EXISTING REGISTRATIONS BEING UPDATED OR RENEWED, WILL REQUIRE THE SUBMISSION OF AN ORIGINAL, SIGNED NOTARIZED LETTER IDENTIFYING THE AUTHORIZED ENTITY ADMINISTRATOR FOR THE ENTITY ASSOCIATED WITH THE DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER BEFORE THE REGISTRATION WILL BE ACTIVATED. �IT IS RECOMMENDED THAT ALL INTERESTED PARTIES BE AWARE THAT PROCESSING THIS ADDITIONAL INFORMATION MAY TAKE SEVERAL DAYS AND ARE PROACTIVE IN MAINTAINING THE SAM REGISTRATIONS IN AN �ACTIVE� STATUS AS THE GOVERNMENT CANNOT AWARD TO AN ENTITY WITHOUT AN �ACTIVE� SAM REGISTRATION. �MORE INFORMATION CAN BE FOUND AT WWW.GSA.GOV/SAMUPDATE.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ddfb950355874752b740dac6b05484d2/view)
 
Record
SN06725541-F 20230624/230622230121 (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.