1. GENERAL
This sources sought is being issued by the Naval Air Systems Command (NAVAIR). The Navy Tactical Lift (PMA-207) Program Office is seeking to sustain a holistic approach, using existing software for managing inspection intervals and repairs, data storage for flight downloads, calculating Equivalent Baseline Hours (EBH) based on aircraft usage for tracking of life limited hardware and EBH based inspections, and Fleet requests for technical assistance. A Licensing Agreement with OEM is required to access OEM load analysis methodology in order to calculate EBH.
This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulations (FAR) Part 10 to determine potential sources and their technical capabilities. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 541512. All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. Only interested firms who believe they can provide the supplies and services noted above and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this survey.
DISCLAIMER
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE 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.
This notice of intent is not a request for competitive proposals. Interested parties, however, may identify their interest and capability by responding to this requirement. If after reviewing this information, you desire to respond to this pre-solicitation synopsis, you should provide documentation to substantiate your product meets the requirements specified in this sources sought. Failure to provide documentation may result in the government being unable to adequately assess your capabilities.
2. BACKGROUND
The United States Navy (USN) has a requirement to sustain and continue to receive data from an existing web-based database that provides the ability to collect and process C/KC-130 Individual Aircraft Tracking (IAT) and calculate EBH based on aircraft usage. The sustainment of the database shall enable flight data uploads from the field, while storing and processing the data in order to assess C/KC-130 service life.
The database shall also have the ability to process Technical Assistance Requests (TARs) in accordance with Technical Order (TO) 00-25-107. In order to assess the C/KC-130 service life, the database shall also provide USN-specific C/KC-130 inspection and repair tracking and documenting capability as well as the capability to produce a report that assess the amount of remaining EBH on individual USN C/KC-130 aircraft before the next inspection.
3. INFORMATION REQUESTED
NAVAIR is conducting market research to identify industry partners that can provide sustainment support for the work scope identified above. Potential contractors are requested to provide information on current products and services, relevant history, evidence of past performance and capability of supporting in full the requirements identified herein. Interested parties shall provide their technical capabilities describing how they are able to meet the Government’s complete requirements in paragraph 1 and 2 above, either directly or through teaming arrangements. Please submit an electronic copy of your capability statement not to exceed 20 pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing type information. The capabilities statement shall include the following:
3.1 Corporate Information
1. Company's name and address.
2. Company’s cage code and Data Universal Number System (DUNS) number.
3. Company point of contact including email address and phone number.
4. Company's business size and list of North American Industry Classification system (NAICS) codes under which goods and services are provided.
5. Company’s business status (Socio-Economic Factors: 8(a), HUBZone, Service-Disabled Veteran-Owned Business, etc.)
3.2 Specific Sources Sought Information Requested
- Proposed approach to meet the Government's requirements, with appropriate documentation supporting claims of organizational and staff capability.
- Potential subcontracting and/or teaming arrangements. Provide the administrative and management structure of such arrangements.
- Related past performance within the past five years. Specific contract numbers with similar work scope.
- Experience with maintaining and integrating USN C/KC-130 web based systems to track USN C/KC-130 fracture growth and calculate service life within the past five years.
- Verification that contractor will have an OEM Licensing Agreement in order to access OEM load analysis methodology by start of contract performance.
- Experience with training C/KC-130 fleet and civilian engineers on web based database to track USN C/KC-130 fracture growth and calculate service life within the past five years.
4. RESPONSES
Inquiries regarding this Sources Sought shall be addressed to Ms. Kathie Bartz at Kathie.m.bartz.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil
Email all information in response to this Sources Sought to Ms. Kathie Bartz at kathie.m.bartz.civ@us.navy.mil and Mr. Shawn Campbell at shawn.campbell.civ@us.navy.mil are due by 5:00 PM EST, 27 May 2025.