N68520-24-R-0034 – Sources Sought – Hydraulic Actuator Test Stand

Apr 20, 2024 | Sources Sought

Sources Sought 

Hydraulic Actuator Test Stand 

F/A-18 and E2/C2 Components 

PROGRAM BACKGROUND:  

The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Fleet Readiness Center Southwest (FRCSW) – North Island, intends to procure one (1) new Hydraulic Actuator Test Stand in support of FRCSW, North Island, Clean Room for the purpose of compression testing of components for the E2/C2-A Greyhound and F/A-18 Hornet aircraft, applicable commercial warranty, and maintenance support.  

Please see the DRAFT Statement of Work Statement (SOW) (Attachment 1) for the entire set of requirements.  

DISCLAIMER:  

ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPORTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED.  

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 

Any resultant solicitation(s) will be released on the Procurement Integrated Enterprise Environment.  It is the responsibility of the potential offerors to monitor PIEE for additional information as the direct method of communication with the Government.  The solicitation is anticipated to be released at the end of FY24 Q3. 

Solicitation documentation may be export controlled and require the offeror to be registered via the Defense Logistics Agency’s Joint Certification Program (JCP). Offerors will be required to submit a DD 2345, Military Critical Technical Data Agreement.  Offerors who are not registered must be at the time of proposal and shall provide the DD 2345 before receiving necessary documents.  Instructions to access the JCP portal can be found here: 

www.dla.mil/Logistics-Operations/Services/JCP/DD2345Instructions/ 

ANTICIPATED CONTRACT TYPE: The Government is utilizing this sources sought to conduct market research.  This procurement is anticipated to be a “C” type contract with Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs).   

ELIGIBILITY:   

Product Service Code (PSC) for this requirement is 4920– Aircraft Maintenance and Repair Shop Specialized Equipment 

North American Industry Classification System (NAICS) Code is 336413 – Other Aircraft Parts and Auxiliary Equipment Manufacturing. 

Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.   

SUBMITTAL INFORMATION: (CAPABILITIES STATEMENT)   

Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.  

  1. Page Limit and Format: Ten (10) 8.5 X 11 inch pages in Times New Roman font of not    less than 10 point. 

  2. Document Type: Microsoft Word or Adobe PDF  

  3. Delivery: Electronic submission within Sam.gov Sources Sought Notice  

  4. Response date: Responses are due by 12:00 PM Eastern Daylight Time (EDT)  May 10, 2024.  

  5. No classified information shall be submitted in response to this Sources Sought.  

  6. No phone calls will be accepted.  

  7. All questions shall be submitted via email to the POCs listed at the end of this notice. 

  8. All responses shall include: 

  • Sources Sought Notice name/number,  

  • Company Name  

  • CAGE code  

  • Unique Entity Identifier (UEI)  

  • Company Address  

  • Company Business Size: Large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 

  • Points of Contact (POC), including names, phone numbers, and email addresses. 

        9 . All data received in response to this Sources Sought Notice that is marked or designated as corporate or proprietary will be               fully protected from any release outside the Government. Please mark all documentation with the appropriate distribution                  statements, if applicable. Contractors should appropriately mark any data that is proprietary or has restricted data rights.  

       10. Any information or materials provided in response to this Sources Sought Notice will not be returned. The Government is                   not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise               as a result of a response to this Sources Sought Notice. 

REQUESTED INFORMATION:  

Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.  

Capability statement packages shall demonstrate the ability to perform the requirements listed in the attached draft SOW. This documentation must address, at a minimum, the following: Reference to the Notice ID number N68520-24-R-0034 and the title of the draft SOW being referenced.   

  1. What specific technical skills does Offeror possess which ensures capability to perform the draft SOW tasks? It is requested that in the response to the Sources Sought, the Contractor demonstrates its capability to accomplish the work specified under the draft SOW. 

  • Title of the draft SOW being referenced. 

  • Statement regarding capability to obtain the required industrial security clearances for personnel; 

  • What specific technical skills does your company possess which ensures capability to perform the draft SOW tasks?  

  • If the company finds itself not capable to perform all parts of the draft SOW, please specify which portions of the draft SOW it is capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which draft SOW paragraphs the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work.  

  • Interested Contractors should respond with existing capabilities and products, if applicable, that meet all or a subset of the draft SOW. Please provide details on one or more like or similar to the Hydraulic Actuator Test Stand (no more than two (2) examples from the past three (3) years) that fall within the scope of the draft SOW to demonstrate the Contractor has successfully performed and delivered those like or similar Hydraulic Actuator Test Stand.

  • Include in response Offerors ability to meet the Facility and Safeguarding requirements (Secret).   

In addition to the above, the Government is requesting feedback on the draft SOW and CDRLs. If the Contractor has any questions about the requirement or areas that may need further definition, please identify those in the capability response. If feedback is submitted with the capability statement, the Contractor shall list specific paragraphs in the draft SOW and draft CDRL number to help in supporting the response. This feedback DOES NOT count against the page limitations for the capabilities statement and should be submitted as a separate file at the same time as the capabilities statement submission. The Government may or may not reach back out to the companies to discuss the feedback in depth.  

Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be electronically submitted via DoD SAFE. All respondents must request via email, to the below POCs, a DoD SAFE link seven (7) days prior to the closing date/time stated in this source sought.  

SITE VISIT 

There will be a site visit to help Contractors understand the requirement. The site visit is not mandatory to submit a capabilities statement.  

The site visit will be on May 1, 2024. Please reach out to the Contract Specialist, Ben King and the Contracting Officer, Amanda Taylor, by COB April 26, 2024, to arrange a visitor request with FRCSW.  Contact information is located at the bottom of this notice.   

 The site agenda will be given to the Contractors once the Contract Specialist and Contracting Officer receive the request.   

In the request for the site visit the Contractor shall provide the following information: 

  • Contractor Name 

  • CAGE Code 

  • Contractor Location 

  • Contractor Size (Large/Small) 

  • Attendee(s) (maximum 2) 

  • Attendee(s) email(s) and phone number(s) 

All Contractors must be at the front gate of NAS-NI by 0900 PDT. The address for the Main Gate at Naval Air Station North Island is: 300 Alameda Blvd., Coronado, CA, 92118. 

ATTACHMENTS:  

The following documents are attached to this Sources Sought Notice:   

  • Draft SOW  

  • Draft CDRLS 

CONTRACT SPECIALIST 

Name: Benjamin King 

Email: [email protected] 

CONTRACTING OFFICER 

Name: Amanda Taylor 

Email: [email protected] 

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.