SOURCES SOUGHT
16 -- C-9B Contractor Logistics Support (CLS)
- Notice Date
- 8/24/2015
- 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
- N00019-16-R-5501
- Archive Date
- 9/24/2015
- Point of Contact
- Lynn Kaniss, Phone: 301-757-5927, Ronald A Hickman, Phone: (301) 342-9935
- E-Mail Address
-
lynn.kaniss@navy.mil, ronald.a.hickman@navy.mil
(lynn.kaniss@navy.mil, ronald.a.hickman@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT Solicitation N00019-16-R-5501 Introduction: The Naval Air Systems Command Contracts Department (AIR 2.3.5.1), Patuxent River, MD announces its intention to procure on a competitive basis Contractor Logistics Support (CLS) for two (2) C-9B U.S. Marine Corps aircraft. This requirement is a follow on procurement to contract N00019-12-D-0014 currently being performed by King Aerospace, Inc. The existing contract has Firm Fixed Price (FFP) CLINs for Base Site Operations (BSO) and other known tasks, Cost CLINs for travel and per diem and LH CLINs for over and above work. This contract's period of performance ends 23 April 2017. The results of the sources sought announcement will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. Required Capabilities: The C-9 aircraft are Federal Aviation Administration (FAA) 14 Code of Federal Regulations (CFR) Category Airworthiness certified. The C-9 aircraft shall be operationally supported at the field and depot level. All avionics systems and components must be installed and maintained in accordance with the manufacturer's specifications as delineated in 14 CFR Part 43 and repaired by a certified 14 CFR Part 145 repair facility. The CLS services shall consist of, but are not limited to: Site support at MCAS, Cherry Point, NC Inventory management and support to include tracking and control of Government inventory C-9B aircraft and related support equipment Field Level Maintenance at MCAS, Cherry Point, NC (Scheduled and Unscheduled) Depot - Level Support/Maintenance (Scheduled and Unscheduled) Drop-in maintenance/repair Component repair and overhaul of Government/Contractor-owned inventory Contract Field Team (CFT) Support Contractors will need to establish necessary working relationships with the Original Equipment Manufacturers (OEMs) in order to access necessary data to support the fleet. These relationships may include the establishment of agreements with the appropriate OEMs for the C-9 aircraft that will allow the Contractor to obtain approved data and technical support necessary to maintain the fleet airframe, engines, accessories and systems so that the Federal Aviation Administration (FAA) certification is not compromised. At the time of proposal submittal, each offeror will be required to demonstrate the ability to obtain an OEM agreement and provide a notification letter authorizing the release of proprietary data to the offeror for the maintenance and repair of the designated C-9 aircraft. Place of Performance MCAS Cherry Point, NC Disclaimer THIS SOURCES SOUGHT IS FOR PRELIMINARY PLANNING PURPOSES ONLY. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE U.S. GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT 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. THE GOVERNMENT IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Eligibility The appropriate Product Service Code (PSC) is J015. The North American Industry Classification System (NAICS) code is 488190 with a Small Business Size Standard of $32.5M. It is anticipated that the basis for award of the resultant contract will be best value to the government, cost and non-cost factors considered. Additional Information and Submission Details (Capabilities Statement) The Government's intent is to release a draft Request for Proposal (RFP) around February 2016, shortly before a potential "Industry Day/Pre-solicitation conference" event. A final competitive RFP is planned for release around May 2016, with a goal to award a basic contract with 4 option years commencing no later than 23 February 2017. Full performance of the contract will commence after a 60-day transition phase. Qualification shall be based upon information that indicates Contractors who possess an existing capability for the supplies and services listed in the preceding paragraphs. Claims of existing capabilities must be substantiated. Interested parties are requested to submit a capabilities statement of no more than 15 one-sided 8.5x11 inch pages with font no smaller than 10 point, demonstrating ability to perform the services listed in this sources sought announcement. Capability statements shall address the following questions: 1) What type of work has your company performed in the past in support of C-9 CLS or similar aircraft CLS requirements? You may provide contract numbers and descriptions, for similar type work and products, as evidence of your capabilities. 2) Has your company managed taskings of this nature? If so, please provide details. 3) Has your company managed a team of subcontractors before? 4) What specific technical skills does your company possess which ensure your company's capability to perform the tasks? 5) Please note that under a Small-Business Set-Aside in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking if the solicitation becomes a small business set-aside. 6) Provide a statement including your current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, etc. 7) Respondents to this notice also must indicate whether they are a Large Business, or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service Disabled Veteran-Owned Small Business (SDVOSB) Concern under NAICS code 488190 and the applicable size standard of $32.5M. 8) For Large Businesses, what are your plans for Small Business utilization? 9) Are you a Small Businesses interested in becoming a prime contractor or are you interested only in subcontracting opportunities? Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a draft and/or solicitation is released, it will be synopsized on the Federal Business Opportunities website located at https://www.fbo.gov. It is the potential offer's responsibility to monitor the https://www.fbo.gov website for the release of any updated documentation and the latest information regarding this procurement. No phone or email solicitation with regard to the status of the RFP will be accepted prior to its release. When expressing interest, potential offerors are requested to provide the following information. Company Name: Company Address: CAGE Code: POC Name/Title: Address: Telephone number Email address All interested parties are encouraged to send company and/or descriptive literature along with responses, questions and/or comments to Lynn Kaniss, by email to lynn.kaniss@navy.mil or mail to the following address: Naval Air Systems Command, AIR 2.3.5.1 (C-9 Medium Lift Program) Attn: Lynn Kaniss 21936 Bundy Rd, Bldg 442, 1 st Floor Patuxent River, MD 20670 All responses must be in writing (electronic email responses are preferred, submitted in Microsoft Word or Portable Document Format (PDF), but mail will be accepted); no telephone calls or facsimiles will be accepted. Information and materials submitted in response to this request WILL NOT be returned. Classified material shall NOT be submitted. All responses must be received no later than 2:00 PM EST, 9 September 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-R-5501/listing.html)
- Record
- SN03852764-W 20150826/150824235739-06136ff3dc2906ad953fbc69d6af053d (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 |