The RFP Database
New business relationships start here

Engineering, logistics, manufacturing, retrofit efforts supporting AH-1W, AH-1Z, and UH-1Y aircraft


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

1.0 DESCRIPTION

The Naval Air Systems Command (NAVAIR) in support of the H-1 Aircraft Program Office (PMA-276) intends to issue a Basic Ordering Agreement (BOA) enabling award of delivery orders in support of the H-1 Helicopter Program. Orders may include, but not be limited to, engineering and logistics support, modification kit procurement, sustaining engineering, and technical support for the H-1 Helicopter Program, including the AH-1W and the H-1 Upgrade UH-1Y/AH-1Z aircraft, simulators and test facilities. The resultant BOA will provide for both firm-fixed price (FFP) and cost-plus-fixed-fee (CPFF) orders. The proposed North American Industry Classification Systems (NAICS) Code is 336411/336413 and the proposed federal supply code (FSC) is 1520/1680. The Government's intent is to enable issuance of orders under the anticipated BOA for a period of two calendar years


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 AN 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 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 FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS 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.


2.0 BACKGROUND


The BOA will cover CY2019-2020 in support of the H-1 Helicopter program. Orders placed against this BOA will include, but not be limited to, the following: (a) Non-Recurring Engineering (NRE) for avionics and mission systems Weapon Replaceable Assemblies (WRA), Shop Repairable Assemblies (SRA) and associated structural changes; (b) NRE for Lead Systems Integrator (LSI) analysis; (c) NRE for Air Vehicle Structural and Electrical Improvements including Rotor Brake Redesign, Drives Systems Accessory Power Quill, Drive Plate Improvements and Internal/External Fuel and Electrical Power Upgrades; (d) retrofit change kits associated with (a) and (c). NRE also includes qualification, validation, verification, test and evaluation, test assets, and prototype change kits associated with (a) and (c). Additionally, efforts will include program management, logistics analysis, management and documentation, configuration management, technical and financial data requirements for efforts associated with (a) through (d).



3.0 REQUESTED INFORMATION


As a result of this RFI, NAVAIR expects to receive a Letter of Intent (LOI) from each interested party and a concept summary containing a detailed description of the party's plan, including a list of applicable FAR/DFARS clauses, to meet the anticipated requirements detailed herein. The summary should be written from a systems solution perspective and outline development concepts that ensure maximum utilization of existing infrastructure and platform integration elements. Additionally, respondents should explain how they are able to work with the Government and H-1 aircraft manufacturer, Bell Textron, Inc., to integrate into the program the anticipated efforts described herein. Previous and/or current working relationships with Bell Textron, Inc. should be noted.


4.0 RESPONSES


Data Markings. In order to complete the review, NAVAIR must be able to share an interested respondent's information both within the Government and with 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.


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.


NAVAIR will NOT review any classified responses submitted to this RFI. Only unclassified responses will be reviewed.


Complete RFI responses must be emailed and received no later than 13 September 2019 to Kelly Chism at kelly.chism@navy.mil.


It is requested parties limit responses to 25 pages, and provide in a format compatible with Microsoft Office 10. All responses must be written in English.


Any questions regarding this RFI can be directed to Kelly Chism (kelly.chism@navy.mil) at (301) 995-7652.


Kelly S Chism, Contract Specialist, Phone 301-995-7652, Email kelly.chism@navy.mil - Jeanette A Moronta, Procuring Contracting Officer , Email jeanette.moronta@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP