SOLICITATION NOTICE
J -- United States Marine Corps Aviation RESET
- Notice Date
- 8/14/2008
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670, UNITED STATES
- ZIP Code
- 20670
- Solicitation Number
- Reference-Number-301-757-3073-S
- Response Due
- 8/18/2008 4:30:00 PM
- Archive Date
- 4/12/2008
- Point of Contact
- Benjamin M Washburn, Phone: (301) 757-2525, Michelle L Briscoe,, Phone: (301) 757-9739
- E-Mail Address
-
benjamin.washburn@navy.mil, briscoeml2@navair.navy.mil
- Small Business Set-Aside
- N/A
- Description
- Naval Air Warfare Center Aircraft Division (NAWCAD) has a requirement for Organizational Level Aircraft Maintenance Services in support of the United States Marine Corps Aviation RESET Project. Support is required for the following Marine Corps Aircraft: AV-8B, F/A-18A+/C/D, EA-6B, KC-130J, AH-1W, UH-1N, CH-46E, CH-53D/E and MV-22. Support shall be required both inside and outside CONUS at the following locations: Marine Corps Air Station (MCAS) Camp Pendleton, CA; MCAS Miramar, CA; MCAS Yuma, AZ; MCAS Cherry Point, NC; MCAS New River, NC; MCAS Beaufort, SC; MCAS Kaneohe Bay, HI; MCAS Futenma, Okinawa, Japan; MCAS Iwakuni, Japan; and Al Asad Air Base, Iraq.The primary goal of the RESET project is to maintain each of the aircraft identified above in its optimal material condition. In order to achieve this goal, the project shall employ a special program of Conditional Inspections and Phased Maintenance which shall include inspection, cleaning, corrosion treatment, servicing, disassembly, reassembly, repair and select mandatory replacement of parts. This program shall feature three distinct RESET events: (1) A PRESET, which shall be performed on all aircraft leaving for the Global War on Terror (GWOT), in order to establish the material condition of the aircraft at an optimal level prior to deployment; (2) IN THEATRE SUSTAINMENT, which shall be performed as needed on deployed aircraft in order to maintain the material condition of the aircraft at the level that was established during the PRESET; and (3) A RECONSTITUTION, which shall be performed on all aircraft returning from the GWOT, in order to re-establish the material condition of the aircraft at an optimal level. A secondary goal of the RESET Project is to reduce the maintenance burden on Organizational Level Marines. This goal shall be accomplished by allowing contractors to perform General Organizational Level Maintenance tasks when they are not engaged in activities to support the RESET events outlined above. The North American Industry Classification System (NAICS) Code for this requirement is 488190, Other Support Activities for Air Transportation. The small business size standard for this NAICS code is $6.5M. The Product Service Code for this requirement is J015. This project is the Marine Corps first attempt at an organized, centrally-managed RESET Program. However, a number of the platforms and locations listed above have active or recent contracts for PRESET, IN THEATRE SUSTAINMENT, and/or RECONSTITUTION services, or active or recent contracts for Engineering and Technical Services, or General Organizational Level Maintenance, under which RESET-related tasking is being performed. The following is a list of such contracts: M00681-07-F-0704, AV-8B, Yuma, AZ., The Boeing Company M00146-04-P-9045, AV-8B, Cherry Point, NC., The Boeing Company M00681-07-F-0705, F/A-18A+/C/D, Miramar, CA., J.K. Hill & Associates M00146-05-C-9021, F/A-18A+/C/D, Beaufort, SC., The Boeing Company F34601-97-D-0425-0336, EA-6B, Cherry Point, NC., L-3 Vertex Aerospace N00019-04-D-0001-0057, KC-130J, Miramar, CA., Lockheed Martin N00019-04-D-0001-0058, KC-130J, Cherry Point, NC., Lockheed Martin N00019-04-D-0001-0059, KC-130J, Futenma, Okinawa, Japan, Lockheed Martin M00681-04-D-0012-0018, AH-1W/UH-1N, Camp Pendleton, CA., Bell M00681-04-D-0012-0019, AH-1W/UH-1N, New River, NC., Bell M00681-06-D-0027, CH-46E, Camp Pendleton & Miramar, CA., PKL Services M00146-04-P-9040, CH-46E, New River, The Boeing Company M00146-05-C-9004, CH-46E, Al Asad Air Base, Iraq, The Boeing Company M00681-07-F-0649, CH-53D/E, Miramar, CA., J.K. Hill & Associates M00146-04-P-9046, CH-53D/E, New River, NC., Sikorsky M00146-06-P-9030, CH-53D/E, Keneohe Bay, HI., Miramar, CA., New River, NC., Sikorsky M00146-05-C-9005, CH-53D/E, Al Asad Air Base, Iraq, Sikorsky M00146-07-C-9012, MV-22, New River, NC., Bell-Boeing. On 1 November 2007, NAWCAD issued a Sources Sought Notice (SSN) in support of this requirement. NAWCAD received thirty-five (35) responses to this notice. These thirty-five responses included responses from: - (18) Small Businesses (2 capable) - (6) 8(a) Small Businesses (2 capable) - (5) HUBZone Small Businesses (0 capable) - (5) Service Disabled Veteran-Owned Small Businesses (1 capable) - (10) Veteran-Owned Small Businesses (1 capable) - (4) Woman-Owned Small Businesses (0 capable) Two or more Small Businesses were determined to be capable on the following aircraft platforms: AH-1W, UH-1N, CH-53D/E. Two or more 8(a) Small Businesses were determined to be capable on the following aircraft platform: CH-46E. Two or more Small Businesses were not determined to be capable on the following platforms: AV-8B, F/A-18A+/C/D, EA-6B, KC-130J and MV-22. Based on this information, the Procuring Contracting Officer (PCO) has determined that a set-aside for Small Business is appropriate for the AH-1W, UH-1N and CH-53D/E platforms, that an 8(a) competition is appropriate for the CH-46E platform, and that Full and Open Competition is appropriate for the AV-8B, F/A-18A+/C/D, EA-6B, KC-130J and MV-22 platforms. The NAVAIR Small Business Office concurs with this decision. NAWCAD intends to release a single competitive solicitation featuring split contract awards. NAWCAD may award as few as one (1), or as many as five (5) contracts. The following aircraft platforms shall be grouped together in the solicitation: Group 1: AV-8B, F/A-18A+/C/D, EA-6B (Full & Open Competition) Group 2: KC-130J (Full & Open Competition) Group 3: AH-1W, UH-1N, CH-53D/E (Small Business Set-Aside) Group 4: CH-46E (8(a) Competition) Group 5: MV-22 (Full & Open Competition). Each contract shall provide for RESET services at all required locations, both CONUS and OCONUS, for the applicable platforms. In order to provide stability, continuity and flexibility to the Marine Corps, each contract shall consist of a base year and four (4) one-year option periods. This requirement shall be awarded on a predominantly Firm Fixed Price basis, although the contract may contain some Labor Hour and Cost-Type elements to address secondary goals. All responsible sources may submit proposals in response to the solicitation, which the Government shall consider. NAWCAD expects that a Draft of the Solicitation (excluding Sections L&M) shall be available to industry in mid-April. When the draft becomes available, NAWCAD shall post it to the FBO website or to the Naval Air Systems Command (NAVAIR) website at the following URL: http://www.navair.navy.mil/doing_business/open_solicitations/index.cfm The official Solicitation shall be made available through the NAVAIR website at the above URL. NAWCAD also intends to host an Industry Day forum for this requirement. Additional information concerning this forum shall be posted to FBO in the near future. NAWCAD intends to make award on this requirement in the December 2008 timeframe. Questions concerning this synopsis should be submitted in writing to Mr. Gregory Lee with a copy to Ms. Rita Pegg at the email addresses cited below. Telephone requests for information WILL NOT be accepted. Any requests for contract documents shall be filed with the appropriate agencies in accordance with the Freedom of Information Act (FOIA). Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2008-08-14 15:48:51">Aug 14, 2008 3:48 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2008-08-14 16:43:51">Aug 14, 2008 4:43 pm Track Changes AMENDMENT 20: THE PURPOSE OF THIS AMENDMENT IS TO INFORM INDUSTRY THAT AMENDMENT 4 TO THE OFFICIAL SOLICITATION FOR THE UNITED STATES MARINE CORPS AVIATION RESET PROJECT HAS BEEN POSTED TO THE NAVAIR WEBSITE AT: www.navair.navy.mil/doing_business/open_solicitations THE PURPOSE OF THIS AMENDMENT IS TO MODIFY CERTAIN COST-REIMBURSABLE TRAVEL CLINS FROM WHICH ESTIMATED COSTS HAD BEEN INADVERTENTLY OMITTED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e3dad0d2b9b9266349622e94e88b3443&tab=core&_cview=1)
- Place of Performance
- Address: See description paragraph above.<br />
- Zip Code: 20670
- Record
- SN01640273-W 20080816/080814222433-e3dad0d2b9b9266349622e94e88b3443 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |