Inactive
Notice ID:N00019-20-C-0016SafetyParts
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 CH-53 Heavy Lift Helicopters Program Office, intends to solicit and negotiate with only one source, under the authority of FA...
INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 CH-53 Heavy Lift Helicopters Program Office, intends to solicit and negotiate with only one source, under the authority of FAR 6.302-1 - Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, for the identification and processing of Critical to Quality Parts and Critical to Quality Characteristics for the safety parts program for the T64 Fuel Control (JFC42-1). The Government has designated Part Numbers 6063T32P01 and 6063T3P02 as aviation critical safety items under DFAR 252.209-7010. PLACE OF PERFORMANCE Place of Performance: Windsor Locks, CT Percentage of Effort: 100% Government (On-Site): 0% Contractor (Off-Site): 100% THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible businesses capable of providing the supplies/services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The CH-53E helicopter, the premier heavy lift helicopter for the Marine Corps, is powered by three (3) T64 turboshaft engines. Over the last decade the T64 engine has experienced decreased reliability due to parts reuse, Reclamation in Lieu of Procurement (RILOP), and Material Review Board (MRB) determinations. This has resulted in higher demand for T64 rework and overhaul causing supply support and production problems ultimately impacting fleet mission capability. To mitigate this issue, the Government plans to procure T64 Fuel Control (JFC42-1). This contract is for the identification and processing of Critical to Quality Parts and Critical to Quality Characteristics for the safety parts program for the T64 Fuel Control (JFC42-1). ELIGIBILITY The applicable NAICS code for this requirement is 336412 with a Small Business Size Standard of 1,000. The Product Service Code (PSC) is 2850. ANTICPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of July 15, 2020. ANTICIPATED CONTRACT TYPE A cost-plus contract type is anticipated the identification and processing of Critical to Quality Parts and Critical to Quality Characteristics for the safety parts program for the T64 Fuel Control (JFC42-1). REQUIRED CAPABILITIES Collins Aerospace, formerly UTC Aerospace Systems, has been the designer and developer of fuel control for the H-53 legacy helicopters, and, accordingly, is the known responsible firm with the requisite knowledge, capability, experience, special tooling, and test facilities necessary to fulfill the Government's requirements within the required timeframes herein. Collins has an established supplier base and manufacturing processes which are critical for the quality production. The effort shall result in the the identification and processing of Critical to Quality Parts and Critical to Quality Characteristics for the safety parts program for the T64 Fuel Control (JFC42-1). SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities. This documentation must address at a minimum the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; 4. Management approach to staffing this effort with qualified personnel; 5. Statement regarding capability to obtain the required industrial security clearances for personnel; 6. Company's ability to begin performance upon contract award. 7. What type of work has your company performed in the past in support of the same or similar requirement? 8. Can or has your company managed a task of this nature? If so, please provide details. 9. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 10. What specific technical skills does your company possess which ensures capability to perform the tasks? 11. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities, either individually or along with any combination of small business. 12. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. 13. Respondents to this notice must also indicate whether they are 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. 14. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Giovanna Bonefont at giovanna.bonefont@navy.mil, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 5:00 p.m., Eastern Standard Time, 2 July 2020. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.