Connecticut Bids > Bid Detail

CH-53K Technical Maturation IDIQ

Agency:
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159935874893645
Posted Date: Dec 6, 2023
Due Date: Jan 6, 2024
Source: https://sam.gov/opp/916bbcf746...
Follow
CH-53K Technical Maturation IDIQ
Active
Contract Opportunity
Notice ID
N00019-25-RFPREQ-APM261-0049
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 06, 2023 12:26 pm EST
  • Original Published Date: Dec 06, 2023 12:25 pm EST
  • Updated Response Date: Jan 06, 2024 03:00 pm EST
  • Original Response Date: Dec 06, 2023 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 21, 2024
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1520 - AIRCRAFT, ROTARY WING
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Stratford , CT
    USA
Description

The Naval Air Systems Command (NAVAIR), PMA-261 CH-53K® Heavy Lift Program Office, Patuxent River, MD is seeking eligible business firms with Technical Analysis, Engineering, Integration Support and Requirements Development capability for the CH-53K® aircraft that can meet the NAVAIR PMA-261 requirement. The results of the Sources Sought will also be used to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition.



The proposed Analysis, Validation/Verification, Development, Assessment and Trade Studies shall include both hardware integration into the CH-53K® aircraft, with software integration into the Avionics Operating Program (AOP), as necessary, a Sikorsky, a Lockheed Martin Company, proprietary product. The effort includes, but is not limited to: non-recurring engineering (NRE); systems engineering; integrated logistics support; and prototyping, validation and verification of changes. The Government will review industry responses to this sources sought in order to determine whether it is appropriate to issue a competitive solicitation on an unrestricted basis or continue a sole source award to Sikorsky, a Lockheed Martin Company, Stratford, CT. Award is anticipated in 2025.



DISCLAIMER:



This Sources Sought Notice is issued in accordance with DFARS 206.302-1(d) and PGI 206.302-1. This is not a Request for Proposals. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this Notice. The Government does not intend to award a contract on the basis of this Notice or otherwise pay any person's costs incurred responding to this Notice.



BACKGROUND:



As the U.S. Marine Corps heavy lift helicopter, the CH-53K®, the CH-53K® is operationally deployed in support of combat assault transport of heavy weapons, equipment, supplies and troops for open ocean and littoral zones. The CH-53K® continues to remain in production and sustainment. Currently, the Government does not possess nor have unlimited rights to all the necessary data developed by the Original Equipment Manufacturer (OEM), Sikorsky, a Lockheed Martin Company, for integration of new hardware and software into the aircraft.



The CH-53K® Technical Analysis, Engineering, Integration Support and Requirements Development effort will provide initial technical and integration analysis, interface management, modeling and simulation, risk/opportunity mitigation, engineering and integration support for emergent systems, Fleet readiness improvements, impact analysis for current and future configurations, and Systems Engineering Technical Reviews (SETR) analysis, up to and including Systems Requirements Review 2 (SRR2) of the CH-53® aircraft procured by the NAVAIR Heavy Lift Program Office (PMA-261). The purpose of these technical and engineering efforts is to provide analysis of urgent user needs and evolving technology enhancements, and assist in accelerating the introduction of enhancements identified by the Government. The scope of support required shall be defined by individual delivery orders anticipated to be issued under an Indefinite Delivery Indefinite Quantity (IDIQ) Contract.



SUBMISSION DETAILS:



NAVAIR expects to receive from each respondent a Full Response with capability summary, which contains a detailed description of capabilities to perform Technical Analysis, Engineering, Integration Support and Requirements Development specific to CH-53K® Aircraft, along with any supporting technical data.



Each capability summary should address at a minimum:



1. Description of CH-53K®-specific Technical Analysis, Engineering, Integration Support and Requirements Development capabilities; and



2. Describe your capability, with specific product examples, to perform the following tasks:



a. Perform simulations, analysis, surveillance, and engineering investigations to assist the Government in resolving aircraft safety, performance, integration, and/or operational issues in conjunction with integration with subsequent system/platform enhancements or configuration changes to the CH-53K® aircraft;



b. Provide analysis of CH-53K® loads and dynamics, weight and balance, electrical, human systems, performance analysis, system safety, and Electromagnetic Environmental Effects (E3) in support of the flight clearance process;



c. Analyze CH-53K® enhancements to determine if they necessitate updates to any Flight Certification and/or Naval Air Training and Operating Procedures Standardization (NATOPS)/DASH-1 performance charts; and



d. Evaluate the new aircraft enhancements' impact on the current configuration of the CH-53K® Health Monitoring System.



Responses to this Notice are not to exceed 10 pages in length on 8.5 x 11-inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 15 days of the publication date of this Notice. Classified material SHALL NOT be submitted. All submissions should include this Sources Sought Notice Reference Number, company name, company address, company business size, CAGE code, DUNS number, and a point-of-contact who is able to discuss the Capability Statement submitted. Point-of-contact information should include name, position, phone number, and email address. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Responses that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this Notice that is marked proprietary will be handled accordingly. Information submitted in response to this Notice is submitted at no cost to the Government and will not be returned. The Government is under no obligation to provide responses or comments to information received from interested persons, but may request additional information following review. Note: If the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.


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

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 >