SOURCES SOUGHT
J -- Aircraft Intermediate Maintenance Departments (AIMD) - AIMD Sources Sought
- Notice Date
- 2/4/2015
- 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
- N00019-15-R-0079
- Archive Date
- 3/21/2015
- Point of Contact
- Patrick H. Abell, Phone: 3017577044
- E-Mail Address
-
patrick.abell@navy.mil
(patrick.abell@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- PDF version of the Sources Sought. THIS IS A SOURCES SOUGHT ANNOUNCEMENT THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research/investigation tool being used to determine the adequacy of potential business sources, especially small business sources, prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the United States Navy in conducting market research of industry to determine potential business sources who have the assets, skills, experience, financial stability, qualifications and knowledge required to support the below requirement. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal RFP which would be announced on FedBizOpps. The Naval Air Systems Command (NAVAIR), Patuxent River, Maryland, Naval Undergraduate Flight Training Systems Program Office (PMA273) is seeking firms capable of operating and maintaining the Aircraft Intermediate Maintenance Departments (AIMD) at NAS Pensacola, FL (NASP) and NAS Corpus Christi, TX (NASCC). The AIMDs shall be maintained and operated in accordance with the Naval Aviation Maintenance Program requirements, COMNAVAIRFORINST 4790.2, at http://www.navair.navy.mil/logistics/4790/. Release of a formal request for proposals is anticipated in the third quarter of fiscal year (FY) 2016 to support a fourth quarter FY 2017 contract award. This effort is anticipated to include a one-year base contract and between six and nine fixed priced one-year options for all maintenance, repair, and logistics support services, including labor, equipment, tools, services, direct and indirect material, with some specified exclusions, required to perform the functions of an AIMD. An AIMD performs intermediate level maintenance on aircraft; aircraft components such as seat pans, tires, wheels, and brakes; avionics and electrical components; instruments; batteries; aviation life support systems such as life rafts, flotation devices, parachutes, survival kits and their contents, aircrew flight clothing and gear; and support equipment (SE). Provision of machine shop, calibration, nondestructive inspection, welding, and other services may also be required. In addition, the AIMD at NASCC and NASP will operate and perform the functions of the Joint Oil Analysis Program (JOAP) laboratory. The AIMDs shall provide support to all Chief of Naval Air Training (CNATRA) aircraft based at NASP (T-6, T-45, TH-57, Navy Flight Demonstration Squadron F/A-18 aircraft and TC-130G) and NASCC (T-6, T-44 and T-45), NAS Whiting Field (TH-57 and T-6), USAF aircraft at NASP (T-6), U.S. Customs aircraft and, when within capabilities, as necessary to any transient aircraft aboard either station. Maintenance and support will be provided to other tenant commands at NASP, NASCC and other military activities as requested. Government-owned parts and material procurement systems shall be used for material support. The AIMDs shall provide I-level support, which includes JOAP services, to all NASCC tenant activities, and activities covered under the regional maintenance concept to include but not limited to: U.S. Customs, Corpus Christi Army Depot (CCAD), and U.S. Coast Guard, Corpus Christi. The AIMDs shall provide I-level support, which includes JOAP services, to all NASP tenant activities covered under the regional maintenance concept. The prime on the current AIMD contract, N00019-12-D-0016, is L-3 Communications Vertex Aerospace LLC. To request information on this contract, please follow the steps for the NAVAIR Freedom of Information Act (FOIA) process at http://www.navair.navy.mil/foia/request_instruc.html. The applicable North American Industry Classification System (NAICS) code for this requirement is 488190, Aircraft Maintenance and Repair Services (except factory conversion, factory overhaul, factory rebuilding) with a size standard of $32.5M. The applicable Product Service Code (PSC) is J015 (Maintenance, Repair, and Rebuilding of Equipment- Aircraft and Airframe Structural Components). It is requested that interested small and large businesses carefully review the attached draft Performance Work Statement (PWS) and submit to the contracting office a capabilities statement package (no more than 15 pages in length, single spaced, and 10 point font minimum). All responses shall include company name, company address, and a main and alternate point-of-contact who are able to discuss the material submitted. Point-of-contact information shall include name, position, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services in the attached draft PWS and shall provide the following information, at a minimum: 1. A list of prior/current corporate experience and performance of requirements of this type, size, and complexity of effort performed within the last five years. For each such experience referenced, please provide contract number, organization supported, whether performance was as a prime or subcontractor, contract value, Government point(s) of contact, knowledgeable DCMA representative(s), and a brief description of how the referenced contract relates to the services described in the draft PWS. If you were the prime, describe your Small Business Utilization achieved on the contract; 2. A summary of the company's capability and approach to meet the requirements objectives of the draft PWS and perform a contract of this magnitude. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (a) performance of maintenance on aeronautical components and related SE; (b) performance of maintenance on aircrew flight gear, safety and survival equipment, and related SE; (c) the Naval Aviation Maintenance Program (COMNAVAIRFORINST 4790.2); and (d) logistics support of aeronautical components, flight gear, safety and survival equipment, and SE; 3. A company profile to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code, statement regarding current Small Business Administration (SBA) business size and socio-economic classification(s) under NAICS code 488190 (i.e., small, small disadvantaged, service-disabled, veteran-owned, HUBZone, woman-owned), and statement on whether your interest in this Sources Sought is as a prime offeror or to inquire about subcontracting possibilities. 4. The company's ability and intent to perform at least 50% of the work (IAW FAR clause 52.219-14); and 5. The company's ability to begin performance thirty (30) days following a contract award. In addition to the minimum information for the capabilities statement outlined above, the Government is seeking from interested large and small businesses, additional comments and/or recommendations in the following areas: 1. The Government is evaluating the benefits of contract terms ranging from five to ten years and is interested in receiving from industry specific examples of long-term benefits of a total contract term more than five years (one-year base plus four one-year options), such as a one-year base plus five to nine one-year options instead. Please provide specific examples that would pertain to enhanced strategic relationships, increased cost efficiency of ramp-up or infrastructure investments, advantageous contract terms that would apply, or any other efficiencies that would be available only through such a longer term contract. Additionally, please provide comments and/or recommendations regarding the effect of contract duration on cost effectiveness and industry participation. 2. The Government is trying to identify any barriers to small business participation for this solicitation. Are there changes that your company would recommend be made to the PWS or included in the RFP that would increase small business participation as either a prime or subcontractor for this work? For large businesses, please explain your general plans for Small Business Utilization by PWS tasks. 3. What Government technical information or reports would aid potential offerors in better understanding the work and be helpful in preparation of proposals? 4. Are there any comments and/or recommendations for the PWS to improve, understanding of the requirements or contractibility? 5. The Government plans to conduct a pre-solicitation conference and AIMD site visits in fourth quarter FY 2016. Please provide any comments or recommendations that would make these events the most beneficial to industry. 6. Did your company submit a proposal for the current AIMD contract? If not, what were the barriers that prevented your company from bidding? Capability statements shall be submitted by email and received by this office no later than 4:00pm Eastern Standard Time (EST) on 6 March 2015 and reference Notice# N00019-15-R-0079 on both the email and all enclosed documents. Emails shall be directed to Patrick Abell, AIR-2.2.4.1.5, at patrick.abell@navy.mil, with a ‘cc' to Noelle Reimers, AIR-2.2.4.1A, at noelle.reimers@navy.mil. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. This request is for informational purposes only. The Government does not intend, nor is under any obligation, to provide responses or comments on the requested capability statement package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-R-0079/listing.html)
- Record
- SN03633516-W 20150206/150205000220-7ec9dd455d00b0b37ef9b2db126d4efd (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 |