Massachusetts Bids > Bid Detail

Engineering, Modification and Support of V-22 Components

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159074935192049
Posted Date: Mar 20, 2023
Due Date: Apr 14, 2023
Solicitation No: N0001923F0122
Source: https://sam.gov/opp/95e9cb7b65...
Follow
Engineering, Modification and Support of V-22 Components
Active
Contract Opportunity
Notice ID
N0001923F0122
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2023 01:12 pm EDT
  • Original Response Date: Apr 14, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Andover , MA 01810
    USA
Description

1.0 Introduction



The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V22 Joint Program Office (PMA-275) is seeking sources to provide non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, component procurement, and manufacturing to include delivery of kits in support of Mercury Mission Systems (LLC) products on the V-22 aircraft, including but not limited to, Joint Avionics Reconfigurable Virtual Information System (JARVIS), Data Transfer System (DTS), Data Transfer Unit (DTU), Removable Storage Module (RSM) and Advanced Multifunction Display (AMFD).



2.0 Disclaimer



THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES – IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.



3.0 Background



The V-22 aircraft configuration includes multiple components manufactured by Mercury Mission Systems (LLC). Historically, Mercury components and support have been contracted under contracts with the NAWCAD-Lakehurst Basic Ordering Agreement N6833517G0032, Delivery Order N6833518F0145 and other various contracting vehicles. For improved affordability, the V-22 Program is seeking to establish a contract vehicle for the engineering support and/or products and components. The Government will consider responses for the purpose of determining whether to conduct a competitive procurement. Tasking will consist of 2 non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, component procurement and manufacturing to include kit deliveries in support of Mercury components on the V-22 aircraft, including but not limited to, Joint Avionics Reconfigurable Virtual Information System (JARVIS), Data Transfer System (DTS), Data Transfer Unit (DTU), Removable Storage Module (RSM) and Advanced Multifunction Display (AMFD). A listing of the Mercury components on the V-22 aircraft will be provided with the Government Furnished Information (GFI) package for this sources sought notice. The requested information is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. The Government possesses only limited technical data rights to these components. Respondents will need to provide component licensing agreements that clearly demonstrate their ability to obtain access to technical and engineering data/resources needed to fulfill the requirement herein.



4.0 Eligibility



The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0).



5.0 Requested Information



Interested parties must first submit a Letter of Intent (LOI) with supporting documentation required to obtain authorization to receive GFI associated with this effort. GFI shall be provided to interested sources upon authorization (Paragraph 5.0). The LOI shall include the following information to verify credentials (do not submit classified information):



1. An UNCLASSIFIED description of the respondent’s general capabilities to support this effort to include, the facility clearance for the CAGE code and licensing agreements with OEM to allow access to technical data required to fulfill the requirements.



2. CAGE code, DUNS Number, and mailing address



3. Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.



4. POC information and mailing address to receive the GFI package



5. POC to receive additional information or clarification



6. POC for non-disclosure agreements (NDA)



7. Signed GFI NDA



8. Blank Copies of Respondent’s NDA to give to an NDA Negotiation POC if that is so desired (see Paragraph 5.0 Data Markings for more details)



9. Describe Contractor’s ability to manage and secure classified information



After receipt of the GFI, NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with capability summary, which contains a detailed description of capabilities to 3 perform non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistics support, training, obsolescence management, spare and repair parts, support equipment, component procurement, and manufacturing to include delivery of kits of specific Mercury components on the V-22 aircraft.



Each capability summary should include at a minimum:



1. Description of the Contractor’s approach and experience with performing these tasks on Mercury components provided in the GFI. Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers.



a. Development, manufacture, modification, integration, repair and testing of Mercury V-22 components (hardware and/or associated software and firmware);



b. Non-recurring engineering and logistics efforts in support of repair and modification of Mercury V-22 components, development of technical data, training of Fleet Readiness Center East (FRCE) artisans, completion of engineering change proposals, and delivery of support equipment and components for validation and verification;



c. Procurement of Mercury components (hardware and/or associated software and firmware) to be provided as Government-Furnished Equipment (GFE) to the V-22 production line, V-22 mod/retrofit lines or trainers, including spare or repair parts;



d. Obsolescence management efforts including but not limited to obsolescence trade studies, storage of obsolete bit piece parts, obsolescence component testing and bridge buys or Life-of-Type buys;



e. In-service Support, including Fleet support, for Mercury components on operational and test V-22 aircraft;



f. Development and support for the V-22 Avionics Retrofit Program, including, but not limited to, service bulletins, and engineering, production, prototyping, validation, and testing of change kits; and



g. Engineering/technical/integration support, engineering investigations, service life assessment support, service life extension support and studies.



h. Past performance cost/schedule/quality ratings for like and similar efforts



6.0 Responses



Data Markings. In order to complete its review, NAVAIR must be able to share a respondent’s information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data—Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors.



International Traffic in Arms Regulations (ITAR). If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required.



Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 4:00 PM Eastern Daylight Time (EDT) 14 April 2023 to the following addresses:



Jeffrey Norris- jeffrey.a.norris.civ@us.navy.mil

Erin Walker- erin.m.walker12.civ@us.navy.mil

Christy Leach- Christy.l.leach.civ@us.navy.mil



Provide full responses with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 25 pages and must be in English. Classified information or material SHALL NOT be submitted.



7.0 Questions



Questions regarding this sources sought can be directed to Erin Walker at erin.m.walker12.civ@us.navy.mil.



8.0 Summary



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


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 20, 2023 01:12 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >