Illinois Bids > Bid Detail

Midwing Avionics Obsolescence (MAO) Vibration Structural Life and Engine Diagnostics (VSLED) Box Buy

Agency:
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159170426353897
Posted Date: Dec 21, 2023
Due Date: Jan 2, 2024
Source: https://sam.gov/opp/24a6c13626...
Follow
Midwing Avionics Obsolescence (MAO) Vibration Structural Life and Engine Diagnostics (VSLED) Box Buy
Active
Contract Opportunity
Notice ID
N00019-22-RFPREQ-APM275-0402
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 21, 2023 05:03 pm EST
  • Original Response Date: Jan 02, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1510 - AIRCRAFT, FIXED WING
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Vergennes , IL
    USA
Description

1.0 Introduction



The Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (Marine Corps, and Air Force Variants) is seeking information regarding the current capability to provide the Midwing Avionics Obsolescence (MAO) Vibration Structural Life and Engine Diagnostics (VSLED) Box part #901-305-900-105.



2.0 Disclaimer



THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH 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 SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. 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 SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON SAM.GOV. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.



3.0 Background



The MAO VSLED P/N 901-305-900-105 is the successor and replacement to the VSLED – P/N 901-305-900-103 which, due to obsolescence issues, is no longer supportable.



Simmonds Precision Products, Inc. a division of Collins Aerospace is the original equipment manufacturer (OEM) of the MAO VSLED box.



4.0 Eligibility



The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1510. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0).



5.0 Requested Information



Federal Aviation Administration certified and Original Equipment Manufacturer licensed manufacturers must submit their response with any supporting documentation to include the following:




  • An UNCLASSIFIED description of the respondent’s general capabilities to support this effort.

  • CAGE code, Unique Entity Identifier, and mailing address.

  • Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.

  • Point of Contact to receive/provide additional information or clarification, including email address and phone number.

  • A full capability summary, which contains a detailed proposed approach to meet the Government’s complete requirements as defined in Attachment (1) Replacement WRS Candidates, either directly or through teaming arrangements.

  • Information on current products and services, relevant history, and capability of supporting in full the functions and services identified herein.

  • Related past performance within the past five years.

  • Legal authority (data rights) to provide Government access to appropriate technical manuals.



6.0 Responses



Interested parties must submit a Letter of Interest via email to Denise Pearch and Constance Humiston in order to receive Attachment (1) MAO VSLED Box Candidates. Letter of Interest shall include Company’s name, address, Cage Code, Unique Entity Identifier, and Point of Contact information. The information provided in Attachment (1) MAO VSLED Box Candidates shall be protected and stored as stated in the document.



Data Markings. In order to complete its review, NAVAIR must be able to share a 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 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 owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required.



Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 4:00 PM Eastern Daylight Time (EDT) January 2, 2024 to Denise Pearch at denise.a.pearch.civ@us.navy.mil and Constance Humiston at constance.l.humiston.civ@us.navy.mil.



It is requested that the response have a page limit of 10 pages, and must be in English. Classified information or material SHALL NOT be submitted.



7.0 Questions



Questions regarding this sources sought can be directed to Denise Pearch (denise.a.pearch.civ@us.navy.mil) or Constance Humiston (constance.l.humiston.civ@us.navy.mil)

8.0 Summary

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 21, 2023 05:03 pm ESTSources 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 >