The RFP Database
New business relationships start here

MH-60 ALFS


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

 
This notification is for market research purposes only to identify if other potential sources of supply can meet the requirements of the Department of Defense for providing supply support for the US Navy's MH-60R AN/AQS-22 Airborne Low Frequency Sonar (ALFS) System.

 

 This is not a request for proposals, quotes or an invitation for bid.  The Defense Logistics Agency (DLA) seeks information that will be used to determine if any source other than the OEM, Thales Defense & Security, Incorporated (TDSI), exists to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code per NSN is listed on the attachment.  The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HubZone, and Women-Owned small business concerns.  The Government requests that interested parties respond to this notice and identify your small business status to the identified NAICS code.

 

This notice is for information and planning purposes only and does not constitute an RFP or commitment by the Government.  DLA Aviation in Richmond VA will be the contracting activity for this requirement.  DLA has identified a requirement for supply support and delivery for the attached ALFS NSN population.

The ALFS System is the primary undersea warfare sensor of the MH-60R helicopter. This integrated dipping sonar system enables the MH-60R to accomplish assigned anti-submarine warfare missions of submarine detection, tracking, localization and classification.  It also performs missions relating to acoustic intercept, underwater communications and environmental data acquisition.  DLA Aviation is looking to award a contract for long-term consumable parts support.  In order to ensure support for this important mission, Material Availability (MA) and On Time Delivery (OTD) metrics and related disincentives may be included in these contracts.  

Responses to this source sought will be used to determine which items can be procured on a long-term contract with current data/drawings owned by the OEM.  DLA does not own the technical data needed to compete these NSNs and is looking for companies that possess the technical capability and proprietary data to produce these items.  NSNs determined through this sources sought to be Competitive (i.e. not Sole Source to TDSI) may be procured later on a separate contractual vehicle.    

A full list of NIINs and the respective FSCs is attached.  Respondents able and interested in providing parts for long-term support are asked to address the below questions and reply to jodi.beard@dla.mil by COB 31 January 2019.  Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years.  Responses involving teaming arrangements must delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

Please provide the following business information in your response: Company Name, Address, CAGE Code, Point of Contact (POC), Phone, Email and web page URL if available.  Please also describe what small business type or category you represent (if applicable).

Responses to this Sources Sought should include responses to the following:

a)  A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and POCs who are able to discuss the materials submitted.

b)  Identify whether your company is a manufacturer, authorized distributor or surplus dealer.  If your company is a manufacturer, explain how your company has proprietary rights to use the OEM's drawings and technical data without assistance from the Government.  If your company is an authorized distributor, please elaborate on the distribution agreement your company has with OEM TDSI, to include the duration of the agreement and exclusivity.  Please also provide a copy of the distribution agreement.

c)  A description of your company's past experience and performance of similar contracts for aircraft primary and component level parts, including whether any of the contracts have CPARs ratings.  Specify whether you are qualified to manufacture any of the NSNs listed in this announcement.  If capable of manufacturing, identify which NSNs your company is currently manufacturing.

d)  What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)?

e)  Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards.

f)  Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability.

To be considered, please submit detailed technical data in order for the Government to conduct a comprehensive evaluation of your product or capabilities to ensure compatibility with the existing systems.  In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the Government to form a binding contract.  The responder is solely responsible for the information it submits and any associated costs.  The Government reserves the right to disregard any submittal that is incomplete or that is vague.  Please do not submit your company brochures.

Disclaimer
THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This sources sought is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this sources sought that is marked Proprietary or competition sensitive will be handled accordingly.  Responses to the sources sought will not be returned.  The responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract.  The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this sources sought. Responders are solely responsible for all expenses associated with responding to this sources sought.


Please submit responses to this sources sought to Contracting Specialist Ms. Jodi Beard at jodi.beard@dla.mil by COB 31 January 2019.   If you have any questions related to this sources sought, please contact Jodi Beard at the above email address or (804) 279-2762.


Jodi A. Beard, Supplier Relationship Manager, Phone 8042792762, Email jodi.beard@dla.mil - Steve Morgan, Project Manager, Phone 804-279-4553, Email steven.morgan.ctr@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP