Texas Bids > Bid Detail

PROD: Bell Production Line Transition

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159471314775234
Posted Date: Jul 24, 2023
Due Date: Aug 7, 2023
Solicitation No: N00019-23-RFPREQ-APM276-0244
Source: https://sam.gov/opp/6c0c12c4d7...
Follow
PROD: Bell Production Line Transition
Active
Contract Opportunity
Notice ID
N00019-23-RFPREQ-APM276-0244
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jul 24, 2023 04:33 pm EDT
  • Original Response Date: Aug 07, 2023 04:30 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 22, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1520 - AIRCRAFT, ROTARY WING
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Fort Worth , TX 76118
    USA
Description

Request for Information (RFI):



Production Line Transition (PLT) to Sustainment Analysis



1. Description



THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. This request for information does not commit the Government to award a contract as a result of this announcement. 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 RFI. All costs associated with responding to this RFI will be solely at the expense of THE interested party. Not responding to this RFI does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on THE SAM.gov website. It is the responsibility of the potential offeror(s) to monitor this website for additional information pertaining to this requirement. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT.



The Naval Air Systems Command (NAVAIR) in support of the H-1 Program Office (PMA-276) may issue delivery orders under a Basic Ordering Agreement (BOA) for the procurement of Production Line Transition (PTL) to Sustainment analysis in support of the U.S. Marine Corps H-1 Helicopter Program to include the AH-1Z and UH-1Y aircraft. The resultant orders may have cost-plus-fixed-fee (CPFF) clauses.





2. PURPOSE



Efforts under the resultant orders will include the procurement of PTL analysis in support of the H-1 aircraft’s requirement to plan for production line cessation and sustainment. Analysis results will include a list of Government Furnished Information (GFI), Government Furnished Property (GFP) and Contractor Acquired Property (CAP) disposition recommendations and Rough Orders of Magnitude (ROMs) for requested data deliverables to support the Phase II and Phase III efforts that will be contracted separately. In addition, the closeout of the H-1 Y/Z production lines also includes disposition of specialized tooling and special test equipment (ST/STE), purchase of jigs and fixtures, technical data access and management, software transition to organic support, and migration of sustaining engineering/logistics support from OEM. The follow-on Phase II and III efforts will ensure requirements to sustain H-1 aircraft are not inadvertently lost in transition, reduce future sustainment cost of the H-1 platform through maximization of organic support by transitioning away from reliance on OEM, and preserve the ability to build new aircraft in the future. These efforts also include Program Management, Logistics Management, Configuration Management, Engineering, and financial reporting.



3. Requested Information



Responsible sources may submit a Letter of Intent (LOI) and a concept summary, which contains a detailed description of the effort(s) described in paragraph 2.0 written from a system solution perspective and outlines development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist. Prospective offerors should explain how they are able to work with the Government and the aircraft manufacturer to integrate the aforementioned efforts into the H-1 program. Provide a teaming agreement signed by the OEM indicating partnership, or a subcontracting relationship, to obtain the necessary technical data for the proposed modification including licenses and software. Demonstrate that your company currently possesses or has authorized access to the necessary technical data, or has a viable plan to obtain, generate, or otherwise secure authorized access to the necessary technical data, and that it will be maintained throughout the duration of the effort being solicited. Highlight unique data generation techniques used by your company, and areas where modifications can be performed without technical data provided by the Government or OEM. Demonstrate examples where your company has generated similar technical data to modify aircraft of this type and scale.



Each concept summary should address how the proposed efforts meet the following requirements:




  1. Description of the specific effort described in paragraph 2.0 with a listing of applicable FAR/DFAR clauses



In addition, the interested party should have or had a working relationship with the H-1 OEM (Bell Textron Inc.).



4.0 Responses



Data Markings. In order to complete its review, NAVAIR must be able to share an interested 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 (both the Letter in Intent (LOI) and the full response) must include a statement that clearly allows for the information to be disclosed with covered Government support contractors. The Government will not reimburse any costs incurred to prepare responses to this notice.



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.



In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Letter of Intent (LOI), not to exceed twenty single-spaced pages, to Farhan Qazi



(Farhan.a.qazi.civ@us.navy.mil) no later than 4:30 PM Eastern Daylight Time (EDT) 08/7/2023. The LOI shall include the following information to verify credentials (do not submit classified information):




  1. An UNCLASSIFIED description of the specific effort solution

  2. CAGE code and Classified mailing Address

  3. POC the receive additional information or clarification

  4. POC to permit NAVAIR to obtain additional data to support analysis

  5. Describe your company’s ability to manage and secure up to SECRET information.



Record of Receipt. Responding parties must submit a record of receipt of the classified information, to Farhan Qazi (Farhan.a.qazi.civ@us.navy.mil) by 4:30 PM EDT 08/7/2023.



Full Response Submissions. Full response submissions to the above requested supporting unclassified data must be received no later than 4:30 PM EDT 08/7/2023 to Farhan Qazi (Farhan.a.qazi.civ@us.navy.mil).



It is requested that the response, regardless of its classification level have a page limit of 25 pages, and must be in English.



DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL.



Classified information (up to SECRET) shall be in compliance with current DoD directives and procedures (i.e. DOD 5200.22-M, SECNAV M-5510.36, DOD 5200.01).



Any unclassified questions regarding this RFI can be directed to Farhan Qazi (Farhan.a.qazi.civ@us.navy.mil) at 240-526-1385.


Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 24, 2023 04:33 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >