Peculiar Support Equipment (PSE) for V-22 Aircraft

SOL #: N68335-16-R-0003Pre-Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

Place of performance not available

NAICS

Other Aircraft Parts and Auxiliary Equipment Manufacturing (336413)

PSC

Maint/Repair Shop Eqpt (49)

Set Aside

No set aside specified

Timeline

1
Posted
Nov 5, 2015
2
Last Updated
Jan 11, 2016
3
Response Deadline
Jan 22, 2016, 8:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Amendment 02-dated 10 December 2015-See attachments:

This amendment of the above solicitation is hereby issued to:

  1. Delete Amendment 0001
  2. Add DFAR clause 252.204-7008 (Dev)
  3. Add FAR clause 52.252-6
  4. Incorporate in to Section J Attachment I, Technical Data Package (TDP)(drawings), Revision A which replaces the original TDP  in its entirety. Also incorporates  drawings 3867AS517, 901-092-048-101 and 901-092-163-103
  5. Extend the closing date of the solicitation to 1/22/2016
  6. Change submittal information:


************************************************************************
1. This is a Request For Proposals (Solicitation) prepared in accordance with the format in FAR Subpart 15.101-2 supplemented with additional information included in this notice. Note that this Solicitation corresponds with Pre-Solicitation Notice number of N68335-15-R-0225, which was published in FY15.

2. Product proposals are being requested by the United States Naval Air Systems Command as a Request for Proposal(s) for the manufacture, assembly, inspection, production, and delivery of twenty (20) distinct types of Peculiar Support Equipment (PSE) for the V-22 Aircraft, divided into two (2) lots distinguished by complexity, Lot I contains fifteen (15) low-medium complexity (manufacturing) items and includes the following part numbers:

CLIN            P/N          NOMENCLATURE                      MIN QTY ea   MAX QTY ea
0001 901-240-103-101 Remove/Install Set, Gearbox Seals    10                35
0002 901-220-916-103 Sling Assy, PR/Blade                        8                 55
0003 901-220-929-103 Wing Support Adapter Set                6                 50
0004 901-220-909-103 Adapter, Trailer, Proprotor Gearbox     0                50
0005 901-220-924-103 Adapter, Trailer, Tiltaxis Gearbox        1                60
0006 901-220-934-101 Sling, Blade, Inverted Y                    0                30
0007 901-220-926-103 Trailer Adapter, APU                         6                55
0008 901-220-935-101 Adapter, Trailer, Swashplate/Pendulum12               55
0009 901-236-010-201 Handling Adapter, Main Landing Gear    3                25
0010 901-275-903-103 Cable Assy, Power                            0                25
0011 901-244-081-101 Tool Set, Aircraft Maint, PRGB Seals     3                25
0012 901-201-007-101 Check Fixture, CCPT                          7               50
0013 1479AS500-1 Towbar, Aircraft (22 ALABAR)                   40             110
0014 901-220-958-103 PRGB/TAGB Sling Assy                        9               50
0015 901-236-625-101 Tool Set, NLG DSRA                          2                25

Lot II contains five (5) medium-high complexity (manufacturing) items and includes the following part numbers:

CLIN       P/N               NOMENCLATURE                        MIN QTY ea MAX QTY ea
0016 901-275-600-101 Tracker, Optical, Proprotor Blade          18              60
0017 901-220-901-103 Installation-Remover Assembly, Engine (VEIRA)
                                                                                       11            55
0018 901-220-951-101 Actuator, Proprotor Hub Pitch Change     9              50
0019 901-215-063-101 Alignment Fixture, BLD Bolt Puller           23             85
0020 3449AS600-1 Text Fixture, MLG NLG DSRA                       14             35

The Support Equipment is required at the Organizational and Intermediate (O&I) Levels of Maintenance to support CV-22, MV-22 and CMV-22 site stand-ups. The items are to be provided in accordance with the Attachment 1 Technical Data Package (drawings), which will be provided by the Government upon request to qualified offerors. The minimum and maximum quantities that will be ordered over the life of the IDIQ are identified for each item in the columns above. The minimum quantities identified above will be on the initial delivery order which is intended to be awarded along with the basic IDIQ award. The minimum quantity that may be ordered on any subsequent delivery order is one (1) each for all items.

3. Offerors may submit proposals for either or both lots identified. The Government intends to award one or two five (5) year, Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) type contracts, for the twenty (20) PSE items. The Government reserves the right to award both lots as one IDIQ, or as two separate IDIQs. The minimum and maximum quantities to be ordered over the life of the contract(s) are identified in the tables above for each item. Intent is to issue a Delivery Order for the minimum quantities at the time of IDIQ award. Additional quantities may be ordered from time to time as required by the Government.

4. This requirement is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 336413. This requirement is being conducted using Full and Open Competition After Exclusion of Sources procedures per FAR 6.203. Award will be made to the lowest priced, technically acceptable responsible offeror, with acceptable Past Performance. The Government anticipates awarding this contract without discussions with offerors. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. All proposals will be evaluated for compliance with the terms, conditions, and requirements set forth in this solicitation and detailed in Sections L and M below.

5. The Attachment 1 Technical Data Package (drawings) for this procurement contain export-controlled technical data, subject to disclosure restrictions. All requesting offerors must have a current certified DD2345 to obtain the drawings. They will be mailed on a CD to your designated data custodian on your certified DD2345. All Offerors, other than the successful Offeror, are required to destroy all export control data, regardless of form or the media on which it may be recorded, including CDs, data stored on other computer storage devices and paper documents. Offerors shall provide proof of such destruction via signed letter on corporate letterhead to the PCO at the above listed address. The drawings shall be handled in accordance with clauses 252.204-7012, 252.225-7048, 5252.227-9507 and 5252.227-9508.

6. Note that certain CLINs are subject to the Buy American Act, Trade Agreements, and/or restrictions on the acquisition of hand/measuring tools (Berry Act), as identified in the relevant clauses below.

7. Technical Acceptability, Past Performance and Price are the factors that will be evaluated in order to determine whose offer is the most advantageous to the Government. Award will be made to the responsible offeror with acceptable Past Performance who provides the lowest priced, technically acceptable offer (as detailed in Sections L and M below). All responsible Small Businesses may submit a proposal for evaluation. The Government anticipates awarding this contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if it is determined by the Contracting Officer to be necessary.

8. Technical Evaluation: Offeror's technical proposals will be required to include sufficient information to satisfy evidence of technical acceptability, by meeting the required standards described in Sections L and M. Acceptability is rated on a "pass/fail" basis. For each criteria evaluated, "Acceptable" is defined as demonstrating that the offeror's proposal clearly meets the minimum requirements of that particular evaluated criteria. "Unacceptable" is defined as meaning that the proposal does not clearly demonstrate that the proposal meets the minimum requirements of that evaluated criteria. An overall rating of "Technically Acceptable" will require that offeror's proposal receive a rating of "acceptable" in all of the listed criteria. Technical acceptability will require that the offeror has provided sufficiently detailed information to clearly demonstrate that their proposal satisfies each specified requirement. The Offeror has the burden of proof to demonstrate compliance with all of the evaluation factors identified. In presenting material in the proposal, the Offeror is advised that quality of information is more important than quantity. Clarity, brevity, and logical organization should be emphasized during proposal preparation. The Offeror should present enough information to allow the Government to evaluate the offeror's capability to meet the required technical criteria. Failure to address a specific evaluation factor clearly will likely render an offer unacceptable.

9. Price Evaluation: Since this will be an indefinite quantity type contract, "lowest priced offer" shall be determined as follows: Each proposal must include a unit price for each of the line items (CLINs) identified in the lot for which the proposal is being submitted. (Offerors may propose against either one of or both lots). Unit prices for each CLIN shall not vary based on quantity ordered or year when ordered. Total proposed price for evaluation purposes to determine the "lowest price offer" will be the sum of each estimated maximum line item (CLIN) quantity times the proposed unit price quote, for all line items (see table in Section M).

NOTE: There is no guarantee that the evaluated (maximum) quantities will be ordered. These quantities are for proposal price evaluation purposes. The minimum quantity that will be ordered over the life of the contract is identified for each item (for each Lot) in the tables in Paragraph 2 above. Proposed unit prices shall be valid for any quantity ordered, subject to the limitations specified herein.

10. All items shall be preserved, packaged, and marked in accordance with best commercial practices. Items shall be delivered to the Government in accordance with delivery information in Section F, though earlier delivery at no additional charge to the Government is acceptable and encouraged. FOB is Destination. Inspection and acceptance will be at Origin (by DCMA).

11. This is a total Small Business Set-Aside in accordance with FAR 19.5.

12. In accordance with DFARS 252.211-7003, all products with a unit price above $5,000 are required to be marked according to the criteria in MIL-STD-130, Identification Marking of US Military Property.

13. Proposals are due on or before 21 December 2015. Please submit your proposal(s) under NAWCAD LKE's Request for Proposal (RFP) number N68335-16-R-0003 to:

Naval Air Warfare Center Aircraft Division
Hwy 547, Bldg 562-306
Attn: Walter Cuje 25222WC
Joint Base MDL, NJ 08733-5082

Proposals received after the above date will not be considered. Early submittal is acceptable. Proposals shall be valid for at least ninety (90) days from proposal due date.

NOTE: Due to shelving limitations at the NAVAIR filing facility, hard copies of proposal shall be no larger than 10" by 12" - no three-ring binders. The line item price quotes must be separable from the technical portion of the proposal.

14. It is important to note that this Solicitation shall not be construed as obligating the Government to award a contract or authorizing work to commence and shall not serve as a basis for any future claims against the government.

15. If you require additional information or have any questions concerning this Request for Proposal (RFP), please contact Walter Cuje; e-mail address: walter.cuje@navy.mil. Requests for the Technical Data Package must include an approved copy of DD Form 2345, Militarily Critical Technical Data Agreement, and be submitted to Walter Cuje at walter.cuje@navy.mil.

People

Points of Contact

Darla M. KellyContracting OfficerPRIMARY
Barbara J. PetrzilkaSupervisory Procuring Contracting OfficerSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Pre-Solicitation
Posted: Jan 11, 2016
View
Version 4
Pre-Solicitation
Posted: Dec 16, 2015
View
Version 3Viewing
Pre-Solicitation
Posted: Dec 10, 2015
Version 2
Pre-Solicitation
Posted: Nov 13, 2015
View
Version 1
Pre-Solicitation
Posted: Nov 5, 2015
View
Peculiar Support Equipment (PSE) for V-22 Aircraft | GovScope