Search Contract Opportunities

H-1 Structural Improvement and Electrical Power Upgrades (SIEPU) Phase 3.0

ID: N00019-23-RFPREQ-APM276-0007 • Type: Sources Sought
HigherGov Subscribers Knew about This Opportunity Months Early

Find opportunities months or years earlier with HigherGov Forecasts

Free Trial Schedule Demo

Description

1.0 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 Structural Improvement and Electrical Power Upgrades (SIEPU) Kits and Installation described below as well as Combining Gear Box (C-Box) Rotable Pool assets in support of the U.S. Marine Corps H-1 Helicopter Program to include the AH-1Z and UH-1Y T/M/S aircraft. The resultant orders may have both firm-fixed price (FFP) and cost-plus-fixed-fee (CPFF) clauses.

2.0 PURPOSE

Efforts under the resultant orders will include the procurement of SIEPU Phase 3.0 recurring engineering that integrates the SIEPU design developed under previous SIEPU Phases on AH-1Z and UH-1Y T/M/S aircraft. SIEPU Phase 3.0 includes procurement of two validation and two verification kits, 156 A-kits, 156 B-Kits, 30 Mission Kits, 48 new C-Boxes, 86 upgraded C-Boxes, spares, aircraft modification tooling, and installation. These efforts also include Program Management, Logistics Management, Configuration Management, Engineering, and financial reporting.

3.0 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 which 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 Andrea Long (andrea.r.long4.civ@us.navy.mil) no later than 5:00 PM Eastern Daylight Time (EDT) 06/29/2023. 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 Andrea Long (andrea.r.long4.civ@us.navy.mil) by 4:30 PM EDT 06/29/2023.

Full Response Submissions. Full response submissions to the above requested supporting unclassified data must be received no later than 4:30 PM EDT 06/29/2023 to Andrea Long at andrea.r.long4.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 Andrea Long (andrea.r.long4.civ@us.navy.mil) at 240-526-1396.

Overview

Response Deadline
June 29, 2023, 5:00 p.m. EDT Past Due
Posted
June 14, 2023, 2:12 p.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price; Cost Plus Fixed Fee;
Est. Level of Competition
Low
Odds of Award
51%
Vehicle Type
Basic Ordering Agreement
On 6/14/23 Naval Air Systems Command issued Sources Sought N00019-23-RFPREQ-APM276-0007 for H-1 Structural Improvement and Electrical Power Upgrades (SIEPU) Phase 3.0 due 6/29/23. The opportunity was issued full & open with NAICS 336413 and PSC 1680.
Primary Contact
Name
Andrea Long   Profile
Phone
(240) 526-1396

Secondary Contact

Name
Jeanette Moronta (PCO)   Profile
Phone
(301) 995-2821

Documents

Posted documents for Sources Sought N00019-23-RFPREQ-APM276-0007

Incumbent or Similar Awards

Contracts Similar to Sources Sought N00019-23-RFPREQ-APM276-0007

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-23-RFPREQ-APM276-0007

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-23-RFPREQ-APM276-0007

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
July 14, 2023
Last Updated By
andrea.long@navy.mil
Archive Date
July 14, 2023