Inactive
Notice ID:N00019-19-RFPREQ-PMA-299-0282
•( The Naval Air Systems Command (NAVAIR), MH-60 Production Department (AIR - 2.3.4.4), Patuxent River, MD is seeking eligible business firms who are capable of performing the software development, ma...
•( The Naval Air Systems Command (NAVAIR), MH-60 Production Department (AIR - 2.3.4.4), Patuxent River, MD is seeking eligible business firms who are capable of performing the software development, manufacture and integration of an Engineering Change Proposal (ECP) for the technical insertion of Digital Magnetic Anomaly Detection (DMAD) capability into the MH 60R aircraft procured by the NAVAIR Multi-Mission Helicopter Program Office (PMA-299). The proposed ECP shall include both hardware integration into the aircraft and software integration into the Avionics Operating Program (AOP), a Lockheed Martin proprietary product. The effort includes, but is not limited to: non-recurring engineering (NRE); systems engineering; integrated logistics support; production support; prototyping, validation and verification of changes; development, validation and verification of technical publications, manuals, changes and directives; associated logistics impacts; testing of retrofit safety; test equipment changes; updates to aircraft, subsystems, training simulators/devices, support equipment and related software efforts. The Government will review industry responses to this sources sought in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or continue a sole source award to Lockheed Martin Corporation, Owego, NY. Planned award is 2020. DISCLAIMER: This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice. BACKGROUND: As the U.S. Navy's multi-mission maritime helicopter, the MH 60R aircraft is operationally deployed in support of anti-submarine anti-surface warfare for open ocean and littoral zones. The MH-60R continues to remain in production and sustainment. Currently, the Government does not possess nor have unlimited rights to all the necessary data developed by the Original Equipment Manufacturer (OEM), Lockheed Martin Corporation, for full integration of DMAD hardware and software into the aircraft. DMAD integration and software upgrades into the MH-60R aircraft are required to support current operational requirements as well as anticipated future capability gaps for both the U.S. Navy and the Royal Australian Navy (RAN), an MH-60R Joint Program Office (JPO) partner. Due to the unique and proprietary nature of the aircraft AOP, the DMAD capability is required to be integrated and certified by the OEM. SUBMISSION DETAILS: Capability Statements submitted should be pertinent and specific in the technical approach required for completion of Software Integration of DMAD capability into the MH-60 aircraft, on each of the following qualifications: (1) Facilities and Data: Availability and description of, or the approach used to obtain special facilities and data that would be required to execute the Software Integration of DMAD capability into the MH-60 aircraft and test effort while maintaining a consistent Integrated Logistics Support strategy and Engineering discipline of the MH-60 baseline program. It is noted that the Government does not own any data developed by the OEM under the on-going System Requirements Review and Critical Design Review Capability Integration efforts. Include a statement regarding industrial security clearance (this effort will require TS/SCI personnel). Also include any other specific and pertinent information as it pertains to this particular area of the procurement that would enhance consideration and evaluation of the capability statement. (2) Execution: A description for approach for commencing the effort at the estimated award date in the 2nd quarter of Government FY20 and completing in 2nd Quarter FY23. (3) Experience: An outline of previous projects, specific work previously performed or being performed and any in-house research and development efforts. (4) Personnel: Professional qualifications and specific experience of Key Personnel (e.g. program manager(s), project manager(s), lead engineer(s), Etc. Responses to this Notice are not to exceed 10 pages in length on 8.5 x 11-inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, CAGE code, DUNS 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. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. 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 US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. Responses to this Notice shall be sent via e-mail to Ms. M.J. Davis at Marquita.Davis@navy.mil and Rodney Flowers at Rodney.Flowers@navy.mil.