Maryland Bids > Bid Detail

Helicopter Drive System Test Alignment and Readiness Transition (HeDSTART) – PHASE 2

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159035474855889
Posted Date: May 25, 2023
Due Date: Jun 12, 2023
Solicitation No: N00421-23-RFPREQ-446000A-9999
Source: https://sam.gov/opp/e8cd468879...
Follow
Helicopter Drive System Test Alignment and Readiness Transition (HeDSTART) – PHASE 2
Active
Contract Opportunity
Notice ID
N00421-23-RFPREQ-446000A-9999
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
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: May 25, 2023 12:18 pm EDT
  • Original Response Date: Jun 12, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6695 - COMBINATION AND MISCELLANEOUS INSTRUMENTS
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    MD 20670
    USA
Description

INTRODUCTION



The Naval Air Systems Command, Aircraft Support Procurement Group (A2515), Patuxent River, MD is seeking information for potential sources regarding interest in the Helicopter Drive System Test Alignment and Readiness Transition (HeDSTART) phase two requirement. The responses to this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.



Any resultant solicitation will be released to the Procurement Integrated Enterprise Environment (PIEE) and FedBizOpps. Prior to that, an Advanced Planning notice with regards to this requirement will be posted in FedBizOpps. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.





PLACE OF PERFORMANCE



Approximately 90 percent of the work will be performed at Government site and 10 percent of the work to be performed at Contractor site. Government site(s) include Propulsion Systems Evaluation Facility (PSEF), Bldg 2360 22229 Elmer Road, Patuxent River, MD 20690.





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.





THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing the 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 synopsis.





ELIGIBILITY



The PSC for this requirement is 6695; the NAICS is 334519 with a size standard number of employees of 500. All interested small businesses are encouraged to respond. Specifically, the Government is evaluating the possibility of establishing this requirement as a Small Business/Other Socio-economic Set-Aside. As such, all eligible SB/SDVOSBs/8(a)/etc. are encouraged to respond.







REQUIRED CAPABILITIES



See attached Draft Statement of Work (SOW). Attached Draft Statement of Work is subject to change.



In addition to the requirements stated in the SOW, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business’ General & Administrative rate multiplied by the labor cost. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14.





SPECIAL REQUIREMENTS



In any resulting contract the vendor shall establish a teaming relationship with the designer, Jacobs Technology. The government owns the design and analysis results, but does not own the models nor maintain the technical expertise to alter the design. In the event that the vendor requires a design clarification, a deficiency is discovered during fabrication, or an unforeseen obstacle arises during assembly; the corrective engineering response or engineering change will require input, analysis, and final approval by Jacobs Technology.





SUBMITTAL INFORMATION



It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requirements listed in the attached SOW. This documentation must address, at a minimum, the following:






  1. company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status;

  2. company’s ability to perform at least 50% of the work; and

  3. company’s ability to begin performance upon contract award;

  4. 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), HubZone or Service Disabled Veteran-Owned Small Business Concern.





The capability statement package shall be sent by email to silas.alexander.civ@us.navy.mil, lyle.a.kralle.civ@us.navy.mil, and logan.c.haney.civ@us.navy.mil. Submissions must be received no later than 5:00 p.m. Eastern Standard Time on 12 June 2023. Questions or comments regarding this notice may be addressed to Silas Alexander at silas.alexander.civ@us.navy.mil, Lyle Kralle at lyle.a.kralle.civ@us.navy.mil, Logan Haney at logan.c.haney.civ@us.navy.mil.



All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.


Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 25, 2023 12:18 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 >