Sources Sought for Engineering, Technical, Sustainment and Kitting Support Of V-22 Mesh Network Manager (MNM) Communications Suite
1.0 Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) for Air Anti-Submarine Warfare, Assault and Special Mission Programs (A), V-22 Joint Program Office (PMA-275) is... 1.0 Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) for Air Anti-Submarine Warfare, Assault and Special Mission Programs (A), V-22 Joint Program Office (PMA-275) is seeking sources to provide: non-recurring engineering, logistics support, training, obsolescence management, spare parts, repair parts, support equipment, recurring kitting and installation efforts, in support of sustaining and installing the Mesh Network Manager (MNM) Communication Suite, that is utilized on the V-22 aircraft. 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT SYNOPSIS. 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. 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 a MNM Communication Suite manufactured by Kranze Technology Solutions (KTS). The MNM Communication Suite is a C4I system with the ability to send and receive real-time SECRET and below mission critical (non-voice) information [e.g. imagery, Full Motion Video (FMV), intelligence updates, Isolated Personnel Report (ISOPREP) files, Position Location Information (PLI) with Higher Headquarters (HHQ)]. This requirement will enable Special Purpose- Marine Air Ground Task Force- Crisis Response (SP-MAGTF-CR) and the Tactical Recovery of Aircraft and Personnel (TRAP) the ability to obtain real-time/near real-time imagery and updates of the objective area and greatly enhance their collaboration with HHQ giving them the ability to obtain the most relevant situational picture in the operational area for execution of critical missions. The MNM Communication Suite requires follow-on support that is separate from the baseline incorporation to include engineering support, product support, obsolescence support, training support, spare parts, repair parts, support equipment, future kitting procurement and retrofit installation capability. NAVAIR intends to establish a Basic Ordering Agreement (BOA) to contract with KTS for this requirement. 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 requisite knowledge required to support the requirement. THE GOVERNMENT DOES NOT POSSESS ADEQUATE LICENSE RIGHTS IN THE REQUIRED TECHNICAL DATA PACKAGE NECESSARY TO FULFILL THE REQUIREMENT HEREIN. THEREFORE, RESPONDENTS SHALL PROVIDE WITH THE LETTER OF INTENT (LOI) ADDRESSED UNDER PARAGRAPH 5.0, UNREDACTED LICENSING AGREEMENTS IN PLACE WITH THE MNM COMMUNICATION SUITE ORIGINAL EQUIPMENT MANUFACTURER (OEM), KTS, IN ORDER TO ENABLE THE GOVERNMENT TO PERFORM AN INITIAL VALIDATION OF THE RESPONDENTS' ABILITY TO FULFILL THE MNM COMMUNICATIONS SUITE REQUIREMENTS SET FORTH HEREIN. NON-OEM RESPONDENTS THAT DO NOT PROVIDE THE AFOREMENTIONED LICENSING INFORMATION WILL NOT BE ASSESSED OR CONSIDERED. 4.0 Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,250 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 Government Furnished Information (GFI) associated with this effort. GFI shall be provided to interested sources upon authorization. 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. Point of Contact (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 perform engineering support, logistics support, training, obsolescence management, spare and repair parts, support equipment, and future procurements of the MNM Communication Suite utilized by the V-22 Osprey. Each capability summary should include at a minimum: 1. Description of the Contractor's approach, assets, skills, experience, financial stability, qualifications, rights to appropriate technical data, and requisite knowledge with performing these tasks on V-22 MNM Communication Suite provided in the GFI. Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers. 2. Obsolescence management efforts, including but not limited to obsolescence trade studies, obsolescence component testing and bridge buys or Life-of-Type buys. 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 do not permit such review will be returned without being assessed or considered. All submissions (both the LOI and the full response) 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. Letter of Intent (LOI). Responding parties must submit an unclassified LOI, not to exceed six single-spaced pages to Ms. Samantha Barbaris, samantha.barbaris@navy.mil no later than 4:00 PM Eastern Daylight Time (EDT) 14 January 2019. Record of Receipt. Responding parties must submit a record of receipt of the GFI package to Samantha Barbaris, samantha.barbaris@navy.mil within 2 work days of receipt. Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 15 calendar days after receipt of GFI package to the following address - NAVAL AIR SYSTEMS COMMAND ATTN: SAMANTHA BARBARIS (AIR-2.3.3.3.6) 47123 BUSE ROAD, BLDG 2272, SUITE 155 PATUXENT RIVER, MD 20670-1547 Provide full response via two hardcopies and two CD ROM 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 Samantha Barbaris, samantha.barbaris@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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »