Production and Delivery of Side-Facing Multi-Function Operator Seats (SFMFOS) and Retrofit Kits for the UH-60M Black Hawk helicopter
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159018607602698 |
Posted Date: | Mar 29, 2023 |
Due Date: | May 1, 2023 |
Solicitation No: | W58RGZ23R0105 |
Source: | https://sam.gov/opp/9ebaac3111... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Mar 29, 2023 10:52 am EDT
- Original Response Date: May 01, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code:
-
NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Johnstown , PA 15904USA
: This is a sources sought announcement. This announcement is in support of market research to determine the feasibility of a competitive acquisition and to identify parties having an interest in and the resources capable of supporting the requirement for production and delivery of SFMFOS and Retrofit Modification Kits to for the UH-60M Black Hawk helicopter. The specific items and quantities by Part Numbers (PNs), and National Stock Numbers (NSNs), if applicable, are:
SFMFOS, PN MBCS13850AB01, NSN 1680-01-573-6384, Quantity: 120 seats
Retrofit Kits, PN MOD-CS092, Quantity: 50 kits
The applicable North American Industry Classification System (NAICS) code is 336413.
The Government does not own the complete Technical Data Packages (TDPs) for these items or the associated sub-components that have been approved for use on H-60 aircraft. Currently, the only known approved source for the SFMFOS, Retrofit Kits, and associated sub-components is the Original Equipment Manufacturer (OEM) Martin-Baker America, Inc., 169 Jari Drive, Johnstown, Pennsylvania 15904-6945. CAGE: 10842. No other source has access to the proprietary technical data required to produce these items.
Any documents or data (i.e. drawings, part numbers and/or specifications) referenced in the document shall be considered proprietary to the OEM and shall require a teaming agreement with the OEM to obtain access to such documents or data. All systems and associated sub-components shall meet all Airworthiness Release (AWR) criteria.
Interested parties who have the capability to perform the above effort should respond to this notice and provide:
a. Company information including:
1. Company name and address.
2. Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.).
3. Socio-economic status
4. Point(s) of contact including name, position, phone number, address, email address and length of time in business.
5. Geographic presence.
b. Teaming arrangements, if any. Delineate between work accomplished by prime contractor, subcontractors, and work accomplished by teaming partners.
c. Relevant contract experience/capabilities to produce and deliver SFMFOS, Retrofit Kits, and associated sub-components.
d. Provide any other pertinent information that will assist in this assessment.
This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a RFP or a promise to issue an RFP in the future. A synopsis may be issued at a later date for this requirement. Solicitations are not available at this time. Requests for a solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requested. No basis for claim against the Government shall arise as a result of a response to this announcement or Government use of any information provided. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government.
Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government Point of Entry (GPE) and will require a written proposal response. If a solicitation is issued, all responsible sources may submit a proposal which shall be considered by the agency.
It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. Submittal of information is requested via electronic mail only to Mr. Patrick Batson, Contract Specialist, patrick.j.batson.civ@army.mil, no later than 05-01-2023.
All material submitted in response to this notice must be unclassified.
- AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
- REDSTONE ARSENAL , AL 35898-0000
- USA
- Patrick Batson
- patrick.j.batson.civ@army.mil
- LaNita McGraw-Holloway
- lanita.m.mcgraw-holloway.civ@army.mil
- Mar 29, 2023 10:52 am EDTSources 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.