Presidential Response Engineering and Supportability IDIQ (PRESIDIQ)
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: Presolicitation (Updated)
- Updated Published Date: Feb 28, 2022 10:54 am EST
- Original Published Date: Feb 16, 2021 03:29 pm EST
- Updated Response Date: Mar 03, 2021 05:00 pm EST
- Original Response Date: Mar 03, 2021 05:00 pm EST
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Apr 02, 2021
- Original Inactive Date: Mar 18, 2021
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1520 - AIRCRAFT, ROTARY WING
- NAICS Code:
- 336411 - Aircraft Manufacturing
- Place of Performance:
Description
The Naval Air Systems Command (NAVAIR) hereby issues the following synopsis for the VH-92A ® Presidential Response Engineering and Supportability IDIQ (PRESIDIQ). This is a follow-up announcement to the Sources Sought N00019-21-RFPREQ-PMA-274-0063 previously posted to beta.SAM.gov on 22 December 2020. The Sources Sought announcement is now closed. No response was received.
NAVAIR intends to negotiate and award an Indefinite Delivery Indefinite Quantity (IDIQ) contract to Sikorsky Aircraft Corporation (SAC), a Lockheed Martin company on an other than full and open competition basis. This effort is for the procurement of products and services required to rapidly integrate and field VH-92A aircraft, simulator, trainer, and/or ground support equipment (GSE) modifications that support deficiency resolution, capability/technology insertions, obsolescence redesigns, and reliability/sustainability improvements. The Government requires Sikorsky, as the Original Equipment Manufacturer (OEM) and Federal Aviation Administration (FAA) Type Certification (TC) holder for the VH-92A, to perform activities such as requirements development with technical analysis, design and integration of modifications, creation of aircraft modification certification plans as required for FAA certification, coordination with the FAA Organizational Delegated Authority to obtain approval for updates to the S-92 TC, and support of approved design solution retrofits- to include procurement of hardware, software, and initial spares. The effort includes, but is not limited to: program management, engineering; integrated logistics support; configuration management; System Integration Lab operation and maintenance; test and test support; FAA certification activities; aircraft/simulator/trainer/GSE modification support. A sole source acquisition will be procured under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, "Only One Responsible Source and No Other Type of Supplies or Services will Satisfy Agency Requirements".
This notice of intent is not a request for competitive proposals. However, interested parties are requested to submit a capability statement for the purpose of determining whether to initiate a competitive procurement. All responses received by the Government within fifteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete these proposed contract actions based upon responses to this notice is solely within the discretion of the Government. Questions regarding this notice should be addressed to Anthony Gatlin via e-mail at anthony.gatlin@navy.mil. Small businesses who are interested in subcontracting opportunities for these efforts should contact Nicole Fitzgerald at nicole.fitzgerald@lmco.com.
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
- Anthony J Gatlin
- anthony.gatlin@navy.mil
- Phone Number 3019952826
Secondary Point of Contact
- Christopher Rawlings
- christopher.rawlings@navy.mil
- Phone Number 3017571255
History
- Feb 28, 2022 11:55 pm ESTPresolicitation (Updated)
- Mar 18, 2021 11:55 pm EDTPresolicitation (Original)
- Feb 05, 2021 11:58 pm ESTSources Sought (Original)