SOURCES SOUGHT
J -- Contractor Field Team to support Kuwait Air Force KC-130J
- Notice Date
- 11/3/2010
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00019-10-R-0096
- Point of Contact
- Thomas Kracinovich, Phone: 240-725-7505, Michael R Powell-salas, Phone: 240-725-7510
- E-Mail Address
-
thomas.kracinovich@navy.mil, powellsalasmr@navair.navy.mil
(thomas.kracinovich@navy.mil, powellsalasmr@navair.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: N00019-10-R-0096 Notice Type: Sources Sought Synopsis: The Naval Air Systems Command (NAVAIR) is issuing this Request for Information (RFI) as part of a market research and information gathering process to determine the availability of sources capable of providing a Contract Field Team (CFT). The CFT will perform Organizational and Limited Intermediate level aircraft maintenance and logistics support on three KC-130J aircraft that will be located in Kuwait to support the Kuwait Air Force (KAF) and Kuwait Ministry of Defense air taskings. NAVAIR PMA-207 (Tactical Airlift, Adversary & Support Aircraft Program Office) is requesting information to assist in developing an acquisition strategy to acquire a CFT. The CFT shall perform aircraft maintenance / management as well as associated maintenance of support equipment, power plants, airframes, aviation life support systems, electronic and electrical instruments, and flight line services in order to meet the KAF flying hour program. Additionally, the CFT will be expected to issue and manage supply support assets for the KAF KC-130J program. The CFT will perform all work at a main operating base in Kuwait except for Aircraft On Ground (AOG) or other emergency situations. The management goals for the CFT will be structured to ensure that the aircraft are maintained to achieve maximum utilization of all assets. The goal will be based on a KAF KC-130J aircraft availability rate of 80% Mission Capable, 70% Full Mission Capable. Interested parties are requested to provide a brief synopsis of their capabilities and current relevant experience in performing CFT functions as described above on commercial or military aircraft, in particular KC-130 type series or similar equivalent. Interested parties should provide complete service details, brochures, and any other technical information with regard to their particular company to include company name, address, point of contact, email address, phone number and fax number. Please also respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Are your services listed on a GSA schedule? (8) Do you have other government agencies using similar services, and if so which agencies, POCs and contract numbers? and, (9) Is there any other corporate information that would be necessary to aid the Government in making an informed assessment? Interested Parties may submit responses either via email or hardcopy. Submission via email is preferred. For responses submitted via email, the email and any attachments MUST be less than 8 MB in size. If necessary, Interested Parties may submit its responses in multiple emails. Emailed responses shall be sent to thomas.kracinovich@navy.mil. Please submit responses no later than 2:00 p.m. (EST) on 11 Jan 11. Interested Parties electing to mail or hand deliver responses shall address all packages to the Contract Specialist and deliver to the following address: DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, CONTRACTS DEPARTMENT (AIR 2.3.5.2), ATTN: Thomas Kracinovich, 21487 Great Mills Road, Bldg. CAB III, Suite B, Great Mills, MD 20653. All packages shall reference the RFI number N00019-10-R-0096 and all enclosed documents on the mailing container. All submissions must be unclassified. Responses must be submitted in English and formatted using no less than a 12-point normal font (no reduction permitted), single-spaced with 1-inch margins all around. All electronically submitted materials shall be formatted for standard 8.5 x 11 inch paper. All pages shall be numbered sequentially with volume and page numbers. Responses submitted electronically must be fully compatible with Microsoft Office 2003 (MS Word or MS Excel) and the latest Adobe Acrobat Reader. Provide one hardcopy and one CD-ROM in Microsoft Office 2003 format, if mailed or hand delivered. If proprietary information is included in the response, please mark the proprietary information appropriately and provide disposition instructions. Any information that is not marked as proprietary will not be considered as proprietary and may be subject to disclosure to third parties. NAVAIR will not return submissions or hold industry debriefings. Foreign Participation: To participate, a foreign firm may be required to team with a U.S. firm that possesses a U.S. facility clearance with technologies/data safeguarding capabilities, inclusive of the authority to receive critical technology and/or data required to execute this program. Any resultant contractor teaming or license agreements between U.S. firms and foreign firms, to include employment of foreign nationals by U.S. firms, shall be in accordance with current U.S. export laws, security requirements, and National Disclosure Policy, and shall require the prior approval of the contracting officer and foreign disclosure officer. The U.S. Government will provide foreign disclosure guidance to U.S. firms upon request. Non-Disclosure Agreements: Provided below is a list of support contractors expected to have access to the data provided by the respondents to this RFI as part of the response review. These contractors already have Non-Disclosure Agreements (NDAs) in place with the Government as a requirement of their function in supporting Government projects. If desired, respondents can request NDAs with these contractors directly. If additional contractors are to be utilized during the review, respondents will be notified so that the necessary agreements can be obtained, if required. Any markings on data should reflect that the information is releasable to these contractors. Failure to release response information to listed Government support agents may prevent its review. It is anticipated that employees from General Dynamics Information Technology (GDIT), National Technologies Associates, Inc (NTA) and Sierra Management & Technologies, Inc will review the RFI responses. Contact information for these Companies is as follows: • General Dynamics Information Technology 44421 Airport Road California, MD 20636 • National Technologies Associates, Inc 22738 Maple Road Lexington Park, MD 20653 • Sierra Management & Technologies, Inc 44427 Airport Road, Suite 130 California, MD 20619 Responses to this RFI are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Important Information: Unless otherwise stated herein, no additional written information is available and no formal RFPs or other solicitation regarding this announcement is currently available. Requests for these will be disregarded. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties before award of a contract for the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized in Fed Biz Opps (http://www.fedbizopps.gov). It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-10-R-0096/listing.html)
- Record
- SN02321547-W 20101105/101103233826-7b8c0c63fe6efe5b72aabecff79d0a59 (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 |