Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2024 SAM #8403
SOURCES SOUGHT

17 -- CVN 78 Advanced Arresting Gear System Watertwister Engineering Change Proposals

Notice Date
11/27/2024 6:38:48 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
N00019-24-RFPREQ-TPM251-0602
 
Response Due
12/10/2024 2:00:00 PM
 
Archive Date
12/25/2024
 
Point of Contact
Tyler Rowe, Margo O'Rear
 
E-Mail Address
tyler.j.rowe8.civ@us.navy.mil, margo.b.orear.civ@us.navy.mil
(tyler.j.rowe8.civ@us.navy.mil, margo.b.orear.civ@us.navy.mil)
 
Description
This Is a Sources Sought Announcement Only. This Sources Sought Notice is being posted to satisfy the requirement of Federal Acquisition Regulation (FAR) 15.201(e), and Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d) and PGI 206.302-1. Introduction The Naval Air Systems Command (NAVAIR) is seeking eligible business firms who can develop and implement Advanced Arresting Gear (AAG) Engineering Change Proposals (ECPs) in support of Ford Class Carrier CVN 78 that are required to maintain and sustain system availability objectives. ECP-I-AAG-0120 Charging Power Supply requires both development and implementation activities to include non-recurring engineering (NRE) (such as prototyping, component-level integration and testing, system-level integration and testing), delivery of updated Acceptance Test Procedures (ATP), and drawing/logistics products updates. Specifically, the ECP will mitigate the high failure rates seen in the field by redesigning input circuit Printed Circuit Board Assembly (PCBA), changing to more robust connectors, and designing out obsolete components. ECP-I-AAG-0122 Water Twister Jackscrew Gearbox Adapter Housing Material Design Change, ECP-I-AAG-0123 Water Twister LDT Vibration and ECP-I-AAG-0124 Water Twister Encoder Integrity Upgrade (Drift) requires redlined-drawing incorporation into baseline and Logistic Product Database (LPD) updates required to support the system. The planned contract award date is June 2025, with performance through September 2027, to include options. Background The AAG is an aircraft arrestment system that provides the ability to recover current and projected carrierbased, tail-hook-equipped aircraft from Ford-class aircraft carriers. The AAG system improves arresting gear margins of safety from the current arresting gear levels to the values needed for future fleet operational requirements. Special Requirements NAVAIR expects to receive from each respondent a full response with capability summary, which contains a detailed description of the following: Demonstrate the interested vendor has possession or authorized access to the necessary technical data, or a viable plan to obtain, generate or otherwise secure authorized access to the necessary technical data, and how it will be maintained throughout the duration of the effort Demonstrate how the interested vendor will develop, prototype, and perform all necessary testing, except for site testing, for an AAG Charging Power Supply redesign that improves the reliability of the assembly Demonstrate how the interested vendor will develop and produce updated drawings for the ECPs identified within this Sources Sought and incorporate updated logistics products into the existing Logistics Product Database and Interactive Electronic Technical Manual(s) Eligibility The applicable NAICS code for this requirement is 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing, with a Small Business Size Standard of 1,250 employees. The Product Service Code (PSC) is 1710 - Aircraft Landing Equipment. The results of this Sources Sought Notice will also be used to determine if any Small Business Set-Aside opportunities exist. In addition, this market research tool is being used to identify potential and eligible firms of all sizes, prior to determining the method of acquisition. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. 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 04/03/20 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 the response to this notice to assist the Government�s capability determination. 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. Capability Package Submittal Information and Instructions Responsible parties may identify their interest by responding to the requirement with a capability statement (no more than 10 pages in length). No phone inquiries will be entertained. Responses shall be made in writing by e-mail to the attention of the listed points of contacts using the contact information provided. Interested parties are requested to submit their capability statement along with their company name, address, and any comments or questions to Tyler Rowe, tyler.j.rowe8.civ@us.navy.mil and Margo O�Rear at margo.b.orear.civ@us.navy.mil by 5:00 PM (EST) on 10 December 2024. Late responses submitted past the day and time aforementioned may not be considered. Classified material shall not be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, UEI number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. The Government will acknowledgement receipt of the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions should be clearly marked IAW DoDI 5200.48, Controlled Unclassified Information (CUI). Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons but may request additional information following review. Note: If the interested person is a foreign concern or if a U.S. interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3f4816db3a34b139cfbdb5c750f93b8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07277493-F 20241129/241127230110 (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.