Sources Sought for V-22 Logistics and Engineering Sustainment Support Contract

expired opportunity(Expired)
From: Federal Government(Federal)
SPRPA1

Basic Details

started - 19 Jan, 2023 (15 months ago)

Start Date

19 Jan, 2023 (15 months ago)
due - 03 Feb, 2023 (14 months ago)

Due Date

03 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
SPRPA1

Identifier

SPRPA1
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEFENSE LOGISTICS AGENCY (DLA) (282558)DLA AVIATION (118083)DLA AVIATION PHILADELPHIA (5412)DLA AVIATION AT PHILADELPHIA, PA (5410)
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.

The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in this anticipated support program. The Government seeks information that will be used as part of an analysis to determine if responsible sources exist to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government. DLA
Aviation at Philadelphia anticipates possible award of a fixed-priced contract for the acquisition of logistics and engineering sustainment support in support of the V-22 Weapons System platform. The contract will include support for MV-22 variant for the United States Marine Corps (USMC), the CV-22 variant for the United States Air Force (USAF)/Special Operations Command (SOCOM), the CMV-22 variant for the United States Navy (USN), and the Japan Ground Self Defense Force (JGSDF). Under this contract the contractor will be responsible for the following but not limited to:Core logistics and engineering reachbackInteractive Electronic Technical ManualsSupportability AnalysisDMSMS / ObsolescenceReadiness Cell/Data Analytics SupportReliability & Maintainability Repair DataPhone SupportInteractive Electronic Technical Manuals (IETMS)Electronic Wiring Suite (EWS)On-Site Support (FST Cherry Point Integration)Math Model (Training Simulator)NATOPS SupportStructural Appraisal Fatigue Effects (SAFE)System Safety SupportEngine / Airframe IntegrationEngineering Information Request (EIR) (non-EDLA)Support Equipment Reach BackPeriod of performance will include a one year base period with four one year options to extend the contract for a total performance period of five years.The Bell Boeing Joint Project Office is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. The Bell Boeing Joint Project Office (JPO) is a joint venture of Bell Helicopter Textron, Inc. (BHTI) and The Boeing Company and is considered a separate business entity from both parent companies. The JPO owns the limited data rights to these items. The Government does not have the drawings or complete data packages. However, some limited demand data is available upon request. Any entity interested in providing some of the required support but cannot provide the required outcome in its entirety may be afforded an opportunity to partner with the prime contractor, Bell Boeing, or participate as a subcontractor. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partnersPlease provide the following business information in your response: Company Name, Address, CAGE Code, Point of Contact, Phone, Email and web page URL if available. Also please describe what small business type or category you represent.Any responses to this PSS are required to include responses to the following:1. Describe your experience executing relevant logistic and sustainment support and to what programs. 2. Are you qualified to provide any of the specific support listed in this announcement? Then if so, by whom are you qualified and for what elements?3. What is your experience providing the required support?4. Is your interest in this effort as a prime or sub-contractor?5. Describe your facilities, manpower capabilities and logistics capabilities. Has your company provided logistics support to the US Government in any capacity and more specifically in the capacities listed above? Be as specific as possible; including but not limited to Government entity, contract numbers and support provided.6. How much transition time would your company require to perform on this contract? This would include capabilities to perform under this contract.7. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)?8. How many employees are in your company?9. Are you currently registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF)?10. What suggestions, if any, do you have for this Fixes Price contract (including evaluation criteria, CLIN structure, contract structure, or other topics)?11. Do you possess all the necessary technical data to perform for this contract?12. Describe your experience in partnering with Government Depots.13. Do you have electronic interface capability with military inventory control points?DisclaimerTHE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS PSS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This PSS is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this PSS that is marked Proprietary or competition sensitive will be handled accordingly. Responses to the PSS will not be returned. The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government reserves the right to reject, in whole or in part, any contractor’s input resulting from this PSS. Responders are solely responsible for all expenses associated with responding to this PSS. Interested sources should contact DLA Aviation by February 3, 2023 for further information. Inquiries should be directed to the Contracting Officer, Kelly Sickel, DLA Aviation – APF.08, 700 Robbins Ave., Philadelphia, PA 19111.Email: Kelly.Sickel@DLA.MIL

USALocation

Place Of Performance : USA

Country : United States

You may also like

Please Sign In to see more like these.

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

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing