Engineering, Modification and Support for V-22 Aircraft

expired opportunity(Expired)
From: Federal Government(Federal)
N00019-22-RFPREQ-APM275-0513

Basic Details

started - 01 Aug, 2022 (21 months ago)

Start Date

01 Aug, 2022 (21 months ago)
due - 18 Aug, 2022 (20 months ago)

Due Date

18 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
N00019-22-RFPREQ-APM275-0513

Identifier

N00019-22-RFPREQ-APM275-0513
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE NAVY (156924)NAVAIR (14272)NAVAIR HQS (3697)NAVAL AIR SYSTEMS COMMAND (3301)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

1.0       IntroductionThe Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 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 and procurement in support of ELBIT Systems of America (Elbit) components on the V-22 aircraft, including, but not limited to, the Integrated Avionics Processor (IAP), Slim Multi-Functional Display (SMFD), Multi-Functional Display (MFD), Standby Flight Display (SFD), Display Electronics Units (DEU), Display Electronics Unit II (DEUII), Digital Map System (DMS), Dual Digital Map System (DDMS), Signal Data Converter (SDC), Helmet Mounted Display (HMD), Night Vision Imaging System Heads Up Display (NVIS HUD), and Color Helmet Mounted Display (CHMD) systems.2.0       DisclaimerTHIS 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 SYSTEM FOR AWARD MANAGEMENT (SAM) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.3.0       BackgroundELBIT Systems of America (Elbit) is the sole designer, developer, and manufacturer of critical avionics components for the V-22 series tilt-rotor aircraft. These Elbit components have been integrated and flight qualified on the V-22 via various Bell-Boeing Joint Project Office contracts as a supplier.  The V-22 Program has an established Basic Ordering Agreement to contract directly with Elbit for tasking including non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistics support, training, obsolescence management, spare and repair parts, support equipment and procurement in support of Elbit components on the V-22 aircraft, including, but not limited to, the Integrated Avionics Processor (IAP), Slim Multi-Functional Display (SMFD), Multi-Functional Display (MFD), Standby Flight Display (SFD), Display Electronics Units (DEU), Display Electronics Unit II (DEUII), Digital Map System (DMS), Dual Digital Map System (DDMS), Signal Data Converter (SDC), Helmet Mounted Display (HMD), Night Vision Imaging System Heads Up Display (NVIS HUD), and Color Helmet Mounted Display (CHMD) systems. The V-22 Program is seeking all sources for the purpose of determining whether to conduct a competitive procurement for all or parts of the planned tasking.The requested information herein 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       EligibilityThe 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 InformationInterested parties must submit (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 the OEM to allow access to technical data required to fulfill the requirements.2. CAGE code, DUNS Number, and mailing address3. 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 address5. POC to receive additional information or clarification6. Describe Contractor’s ability to manage and secure classified information7. An UNCLASSIFIED detailed description of capabilities to include the following:a. Detailed description of the Contractor’s capabilities to perform the non-recurring engineering, reliability/sustainability improvements, test, repair, modification, logistic support, training, obsolescence management, program management, spare and repair parts, support equipment, and procurement of specific Elbit components to include Avionics Weapons Repairable Assemblies/Line Repairable Units on the V-22 aircraft to include processors, displays, digital converters, digital maps and helmet-mounted displays.  Description of the Contractor’s approach and experience with performing these tasks on Elbit components.  Include specific relevant technical and management experience performed in the past five (5) years with applicable contract numbers.1)  Support activities related to the sustainment of Elbit supplied equipment for the V-22 to include integrated logistics support tasks, logistics studies, investigations, and associated data, diminishing manufacturing sources and material shortages, and obsolescence mitigation actions;2) Design and manufacture change kits for safety and equipment changes and Operational and Safety Improvement Programs;3) Technical data documentation and manuals, coding improvements and updates, Contractor maintenance and engineering services, integrated logistics support, technical publication updates, logistics management information/logistics supportability analysis, change kits, and augmented support for spare and repair parts directly impacted by changes resulting from Elbit original engineering change kits or production line changes;4) Training parts for existing operational and/or maintenance trainers, and/or relevant trainers;5) Contract plant services (factory training);6) New Peculiar Support Equipment (PSE) and/or change kits to existing Contractor manufactured support equipment required as a direct result of Government implemented Elbit Engineering Change Proposal (ECP) changes to the V-22 aircraft or Elbit equipment;7) Change kits (and forced retrofit where appropriate) to fleet spares critical to maintain supportability in the fleet, reflecting unique changes made by Elbit to the V-22 configurations;8) Unique Elbit spare and repair parts to include repair parts for Elbit manufactured new PSE;9) Repair of aircraft and/or Government Furnished Equipment;10) Engineering studies and investigations, and associated data to include investigation of feasibility or practicality of proposed changes;11) Design, manufacture, assembly, and test of components and/or prototype hardware or software, and associated data resulting from Elbit engineering changes and/or Bell-Boeing engineering studies performed on the V-22 series aircraft; and12) Recurring data deliverable reports for Elbit maintenance and use of repair parts on V-22 equipment.6.0       ResponsesData 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 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. Responding parties must submit UNCLASSIFIED full response submissions to the following points of contact no later than 4:00 P.M. Eastern Daylight Time (EDT) 18 August 2022:Jeffrey Norris – jeffrey.a.norris.civ@us.navy.milMichelle Tuschinski – michelle.a.tuschinski.civ@us.navy.milChristy Leach – christy.l.leach.civ@us.navy.milProvide full response 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       QuestionsQuestions regarding this sources sought can be directed to Michelle Tuschinski (michelle.a.tuschinski.civ@us.navy.mil).8.0       SummaryTHIS 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.

Fort Worth, TX, 76179-3598, USALocation

Place Of Performance : N/A

Country : United States

You may also like

SYSTEMS ENGINEERING SUPPORT (FFRDC) TO THE CBP FREEDOM OF INFORMATION ACT PROGRAM

Due: 27 Oct, 2024 (in 6 months)Agency: OFFICE OF PROCUREMENT OPERATIONS

23149-Entance Modifications to Various Schools - Phase V

Due: 03 May, 2024 (in 6 days)Agency: Madison County School District

VESSEL SERVICES DEPLOYMENT AND RETRIEVAL OF SEAFLOOR GEODETIC INSTRUMENTS

Due: 30 Oct, 2024 (in 6 months)Agency: US GEOLOGICAL SURVEY

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 336413
Classification CodeCode 1680