SYNOPSIS OVERHAUL OF THE RELAY ASSEMBLY
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Combined Synopsis/Solicitation (Original)
- Original Published Date: Mar 01, 2023 08:54 am CST
- Original Date Offers Due: Mar 11, 2023 05:00 pm CST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Mar 26, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
- NAICS Code:
- 335314 - Relay and Industrial Control Manufacturing
- Place of Performance:
Description
SYNOPSIS
ACTION CODE: Pre-solicitation Notice
DATE/YEAR: 1 MARCH 2023
CONTRACTING OFFICE ZIP CODE: 35898-5820
PRODUCT OR SERVICE CODE: 1560
CONTRACTING OFFICE ADDRESS: U.S. ARMY AVIATION and MISSILE COMMAND (W58RGZ), ATTN: CCAM-ALB, BUILDING 5303, MARTIN ROAD. REDSTONE ARSENAL, AL 35898-5280
SUBJECT: Synopsis for Overhaul of the Relay, Assembly UH-60
SOLICITATION NUMBER: W58RGZ-23-B-0014
RESPONSE DATE: 10 DAYS FROM POSTING
CONTRACT POINT OR CONTACTING OFFICER: Edward A. Peterson, email:edward.a.peterson4.civ@army.mil
LINE ITEM NUMBER: TBD
PLACE OF PERFORMANCE:TBD
The Contractor shall furnish all services, facilities, labor, parts, materials, equipment, tools and data (other than Government Furnished Property), necessary to accomplish the inspection and overhaul/upgrade of the following assets:
NOMENCLATURE: UH-60, Relay, Assembly
INPUT APN: 70550-02102-056
OUTPUT APN: 70550-02102-056
INPUT NSN: 5945-01-325-0624
OUTPUT NSN: 5945-01-325-0624
ESTIMATED QUANTITY: Minimum 100 each – Maximum 600 each
(Maximum includes a Foreign Military Sales (FMS) Quantity of 100 each)
The proposed contractual action will be a Five (5) year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Maintenance and Overhaul type contract, with minimum / maximum quantities listed above. These items are noncommercial; FAR Part 12 will not be utilized. Required delivery shall be FOB Origin. This NSN is not a critical safety item. No Depot Maintenance Work Requirement DMWR has been identified for this effort. A Product Verification Audit (PVA) is required.
1. The U.S. Army Contracting Command – Redstone Arsenal (ACC-RSA) will issue an Invitation for Bid (IFB) for the overhaul of the Relay, Assembly. All work shall be completed in accordance with the Statement of Work (SOW). The Government does not have a Depot Maintenance Work Requirement (DMWR).
2. This IFB will be issued as a Full and Open Competition. It is anticipated that a single Firm-fixed Price (FFP) type contract will be awarded to the responsive, responsible bidder whose bid represents the lowest priced, technically acceptable bid. This IFB will be issued using the Two-Step Sealed Bidding Method under FAR part 14.
3. When the solicitation is posted bidders shall ensure submission of fully complete bids, including all fill-in-the blanks. Any bidder submitting a bid agrees by submission that its bid and the prices contained therein will be valid for 60 days after receipt of bids. Technical proposals (Step-One) shall not include prices or pricing information. The Technical proposal due date will be established upon issuance of the solicitation.
4. Only bids based upon technical proposals (Step-One) determined to be acceptable, either initially or because of discussions, will be considered further for participation in Step-Two. Each bid in the second step must be based on the bidder’s own technical proposal. Bidders shall submit bids that are acceptable without additional explanation or information. The Government may make a final determination regarding a technical proposal’s acceptability solely based on the bid as submitted. The Government may proceed with Step-Two without requesting further information from any bidder; however, the Government may request additional information from bidders that it considers reasonably susceptible of being made acceptable and may discuss bids with the prospective bidders.
5. A notice of unacceptability will be forwarded to the Bidder upon completion of the technical proposal evaluation (Step-One) and final determination of unacceptability.
6. Bidders shall ensure submission of fully complete bids, including all fill-in-the blanks. Any bidder submitting a bid agrees by submission that its bid and the prices contained therein will be valid for 60 days after receipt of bids.
Technical acceptability for step-one will be determined by the bidder’s response
to the following questions.
Technical requirements are as follows:
Technical expertise: Describe your expertise with conducting an overhaul or repair of the Relay Assembly for the UH-60 or a similar assembly. Focus your response to include details that demonstrate the extent of your expertise and how you acquired it. Please include the quantity and frequency. If not, have you performed an overhaul, or repair, on the same, or like item in the past?
a. If yes, to either question, when, for how long, in what quantity, and what specific item?
b. If it was under a military contract, what is the contract number?
c. Who was the Primary Contracting Officer? Please provide his or her name, organization, and contact information. Please provide contact information for the Defense Contract Management Agency (DCMA) that served as your administrative contracting officer.
d. What certifications and experience do your employees have to qualify them to perform the work? Provide all certifications relevant to the M&O program.
Special testing equipment: Do you have the Original Equipment Manufacturer’s test equipment (OEM) equivalent test equipment for the Relay Assembly?
a. If it is equivalent test equipment, was it certified as equivalent with a release for production certificate? If yes, please provide a copy of the certificate.
b. If you do not possess of OEM or equivalent test equipment, and plan to reverse engineer this test equipment, do you have internal procedures to certify for equivalency and release for production? If so please describe.
Engineering approach: Do you have an overhaul plan for the Relay Assembly? If yes, provide a copy. The plan must be in accordance with all requirements contained in DMWR 1-5945-213, dated 05JUL2011, and Maintenance Engineering Orders B1149, B2911, B2912, and B2913. If you only have a plan for a like item, ensure it contain instructions and procedures covering the following major categories, at a minimum:
a. Receiving inspection and testing instructions.
b. Disassembly instructions.
c. Inspection instructions.
d. Repair, and replacement instructions.
e. Assembly instructions.
f. Final testing and evaluation procedures.
Can your company acquire all necessary components to complete an overhaul?
If you have worked with the OEM for the relay assembly, or one of its approved suppliers, provide a copy of a completed, showing item receipt, purchase order for OEM, or approved supplier, parts, or materials.
Do you have a quality plan in place? If so, please provide a copy.
No telephone requests for the solicitation will be accepted. This requirement is currently unfunded. The solicitation will be posted on SAM.gov/Home. Award will be withheld pending receipt of sufficient funds.
SET-ASIDE CODE: N/A
Attachments/Links
Contact Information
Contracting Office Address
- AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
- REDSTONE ARSENAL , AL 35898-0000
- USA
Primary Point of Contact
- Edward A. Peterson
- edward.a.peterson4.civ@army.mil
- Phone Number 2563138529
Secondary Point of Contact
- Gerod A. Ferrell
- gerod.a.ferrell.civ@mail.mil
- Phone Number 2568421842
History
- Mar 28, 2023 10:58 pm CDTCombined Synopsis/Solicitation (Updated)
- Mar 01, 2023 08:54 am CSTCombined Synopsis/Solicitation (Original)