SOURCES SOUGHT
16 -- Limited Logistics Support in the form of Repair of Repairable (RoR) in the support of 12 MD 530F Helicopters component repair and overhaul. Repairable items shall be repaired to Federal Aviation Administration (FAA) standards.
- Notice Date
- 9/23/2014
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ14R0307
- Response Due
- 10/9/2015
- Archive Date
- 11/8/2015
- Point of Contact
- Billy Gravitt, 256-842-7051
- E-Mail Address
-
ACC-RSA - (Aviation)
(billy.r.gravitt.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Army Contracting Command - Redstone (ACC-Redstone) Redstone Alabama is seeking sources that are capable of providing limited Logistics Support in the form of Repair of Repairable (RoR) for MD 530F components in support of 12 MD 530F Helicopters. Repairable items shall be repaired to Federal Aviation Administration (FAA) standards for aircraft inspections, specifications, processes, procedures, repairs and maintenance and directives. See attached draft Statement of Work (SOW) for details of this requirement, Attachment 02 contains the list of parts being considered for RoR. The ACC-Redstone, -if a future solicitation is issued, will issue the solicitation under NAICS 336413. If you are a small business in accordance with the SBA size standard for NAICs 336413, please include in your capability statement in response to the Sources Sought Notice. Based on responses to this Sources Sought Notice/Market Research, this requirement may be Set-Aside for small businesses or procured through full and open competition and multiple awards may be considered. It is requested that interested contractors submit to the contracting office a brief capabilities statement package in Microsoft Word or Adobe Portable Document Format (PDF), (no more than ten pages in length, single spaced, 12 point font minimum, and electronically submitted to the Contract Specialist) demonstrating the contractors ability to meet the ACC-RSA requirement defined in the draft SOW and its attachments. This documentation must address, at a minimum, the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact name, phone/fax number, and email address; 2. Company profile to include office location(s), DUNs number, Cage Code, and a statement regarding current small/large business status as discussed above; 3. Prior/current experience: Provide a list of recent relevant contracts (same or similar in nature of work, size, and complexity), including Contract Number as described in the attached draft SOW. Prior experience should be limited to the five (5) most recent contracts for the previous four (4) years 4. Include in your capability statement that if awarded a contract under a future 100% small business set-aside solicitation for this requirement and you are a small business under the SBA size standard for NAICS 336413, your company is able to comply with Federal Acquisition Regulation (FAR) clause 52.219-14.Limitations of Subcontracting. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. NOTE: As this is a Source Sought Notice for market research purposes, submitted capability packages shall not include any pricing information for the requested services described in the draft SOW. If pricing information is included within the capability package it will not be reviewed or considered by the ACC-RSA. Based on the results of this Sources Sought Notice if a Request for Proposals (RFP) is issued it will be on FBO.Gov with an anticipated release date of November 28, 2014. The Government estimates based on anticipated release date that an award could be made on or about May 30, 2015. DISCLAIMER: This request is for informational purposes only. This is not a request for proposal/quote. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Reponses in any form are not offers and ACC-RSA 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. Information submitted by offerors becomes the property of the Government and will not be returned to the offeror. Responsible sources may submit all questions no later than 12:00 p.m. CST October 08, 2014 to Edgar Sanchez, Contracting Officer, by email (preferred) edgar.f.sanchez.civ@mail.mil, fax to (256) 876-1351 or Billy Gravitt, Contract Specialist, (preferred) billy.r.gravitt.civ@mail.mil, fax to (256) 876-1351. All responses shall be submitted NLT 5:00 PM CST 09 October 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/df9c7f36d6c139641ce3122a644dcf7e)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03523949-W 20140925/140923235252-df9c7f36d6c139641ce3122a644dcf7e (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 |