Maryland Bids > Bid Detail

Department of the Navy (DoN) F-5N/F Post Production Engineering and Integrated Logistics Support Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159093622422986
Posted Date: Mar 24, 2023
Due Date: Apr 7, 2023
Solicitation No: N00421-F5-PPS-ILS-SSN
Source: https://sam.gov/opp/3828a23315...
Follow
Department of the Navy (DoN) F-5N/F Post Production Engineering and Integrated Logistics Support Services
Active
Contract Opportunity
Notice ID
N00421-F5-PPS-ILS-SSN
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: Mar 24, 2023 04:56 pm EDT
  • Original Response Date: Apr 07, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R425 - SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

1. Introduction



The Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office PMA-226, Adversary Integrated Product Team (IPT) is issuing this sources sought for the establishment of a Post Production Engineering and Integrated Logistics Support service contract to ensure maintainability and supportability throughout the remaining lifecycle of the F-5N/F aircraft in the Naval inventory. Northrup Grumman Company (NGC) is the Original Equipment Manufacturer (OEM) of the F-5N/F to provide aircraft Engineering and Logistic Support services as well as establishment of a Special License Agreement (SLA) for specific OEM owned and maintained Intellectual Property (IP) and processes that would be purchased as a license for Government Purpose Rights or Specifically Negotiated License Rights . The expected or anticipated types of IP information or data to be associated with the SLA are NGC Reports (NORs) developed as result of OEM engineering and maintenance events, OEM Repair processes, Usage Spectrums, Structural Inspection information, Fatigue Testing, Flight Test analysis and results, Finite Element Models with supporting documentation, and other technical data items. Specific Engineering and Logistics Service requirements include but are not limited to: performing engineering/technical investigations, providing recommended solutions, analyzing supply requirements and lifecycle logistics; providing engineering and logistics source data for and/or preparing ECPs and associated validation/verification kits; maintaining the System Safety and Configuration Management Programs; providing technical support for Government Furnished Equipment (GFE) and support equipment; and, maintaining and updating technical documentation, data and publications. This contract will also be used for studies and analyses of the airframe and associated subsystems necessary to maintain the F-5N/F aircraft.



NAVAIR anticipates these requirements can only be met by the OEM and consider these requirements as being an enduring effort/service throughout the remaining lifecycle of the F-5N/F aircraft. This announcement will be used to determine if sources are capable of satisfying the agency’s requirements or if, according to Federal Acquisition Regulation (FAR) 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.



This notice is not a request for proposals; however, any company believing they can fulfill the requirement may submit a capability statement. Information received will be considered solely for determining capability to meet this requirement. A determination by the Government not to compete this requirement based upon responses received as a result of this notice is solely within the discretion of the Government.



2. Statement of Interest and Capabilities Package:



Interested parties may identify their interest and capabilities in response to this sources sought. Submission requirements detailed below:



(1) The information in Section 1 above is for respondents to use in the development of their capabilities statement package. Due to the significant amount of proprietary data associated with the requirements, respondents shall address how their capabilities or specific approach to meet the requirements will overcome the Government’s rights to use limitations in providing technical data. If your company has any questions about the information in Section 1, or areas that may need further definition, please identify those in the response.



(2) All data received in response to this sources sought, marked or designated as corporate or proprietary, will be protected from release outside the Government. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted.



(3) Interested Businesses should submit a brief capabilities statement package (no more than ten (10) one-sided, 8.5x11 inch pages, Times New Roman font of not less than 10 pitch) demonstrating their capability to manufacture and provide the Control box(es) and Control valve(s). Documentation should be in bullet format. All responses must be sufficient to permit agency analysis to determine capability to meet timeline of this requirement.



(4) This documentation must address at a minimum the following items:



a. Company Name, Address and Points of Contact including name, telephone number, fax number, and email address.



b. Company Business Size, CAGE code, DUNS Number, Unique Entity ID and mailing address.



c. Corporate Experience: Prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the requirements described herein.



d. Company Profile: Office location(s), annual revenue history, include number of employees, statement indicating business size and, if company is small, small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), or 8 (a) business. This requirement is being procured under the Product Service Code (PSC) R425. The applicable North American Industry Classification System (NAICS) code is 336411 with a business size standard of 1,500 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.



(5) Capabilities: This information will be used to determine if sources are capable of satisfying the agency’s requirements without an unacceptable delay and/or duplication of cost in support of Fleet aircraft. Include related assumptions, issues, and risks associated.



This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this synopsis are not an allowable direct charge to the Government; therefore, NAVAIR will not assume liability for any costs incurred for preparation of responses to this synopsis. All information released in this announcement is considered a DRAFT and for informational purposes only.



Responses:



Interested businesses shall submit responses electronically via Microsoft Word or Portable Document Format (PDF) to Sarah Carter, sarah.b.carter8.civ@us.navy.mil no later than 5:00 pm EST on 07 April 2023.



Businesses should monitor SAM.gov for the latest information regarding this procurement.



Primary Point of Contact:



Contract Specialist



Sarah Carter



sarah.b.carter8.civ@us.navy.mil



Secondary Point of Contact:



Contracting Officer



Bret Middleton



bret.c.middleton.civ@us.navy.mil



Contracting Office Address:



Building 441



21983 Bundy Road Unit 7



Patuxent River, Maryland 20670



United States


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
  • Mar 24, 2023 04:56 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 >