Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2016 FBO #5187
MODIFICATION

J -- THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY and an ANNOUNCMENT FOR AN INDUSTRY DAY.

Notice Date
2/3/2016
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ16R0005
 
Response Due
3/11/2015
 
Archive Date
4/19/2015
 
Point of Contact
Barry D. Byrd, Phone: 2569559115
 
E-Mail Address
barry.d.byrd.civ@mail.mil
(barry.d.byrd.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY and an ANNOUNCMENT FOR AN INDUSTRY DAY Request for Information (RFI) Sources Sought, Corporate Capability Statements, Draft Performance Work Statements (PWS) and Industry Day Announcement RFI Overview: The Army Contracting Command-Redstone (ACC-Redstone) is seeking information concerning the interest and availability of capable contractors to provide contract support to the Aviation and Missile Command's (AMCOM) aviation maintenance programs. This is the initial market research for the upcoming follow-on programs. As a result, no firm plan or strategy is in place at this time. The potential requirements covered by this RFI will include the following: a. AMCOM Aviation Field Maintenance (AFM) Contract: This contract will provide for field and sustainment maintenance for rotary wing Army aviation platforms in support of the mission area managed or supported by AMCOM. It is anticipated the contract will require the contractor to accomplish the following: maintenance of Army Aviation aircraft to potentially include RESET, or similar programs, in accordance with established Technical Bulletins and Directives, the installation of Modification Work Orders (MWOs), support to installation aviation activities, and support to Combat Aviation Brigades (CAB). Reference Attachment 0001 DRAFT AFM CONUS and Attachment 0002 AFM OCONUS PWSs that provide potential scope to be performed. b. Ft. Rucker Aviation Maintenance Services Contract: Contracted services will maintain and provide safe, functional helicopters to the United States Army Training and Doctrine Command's (TRADOC) flight school training program through the United States Army Aviation Center of Excellence (USAACE) as well as to support the Air Force's 23rd Flight Training Squadron (FTS), the US Army Aeromedical Research Laboratory (USAARL), the National Maintenance Program, and other minor requirements. Reference Attachment 0003 Army ACLC Draft PWS, Attachment 0004 Air Force DRAFT PWS for potential scope, and Attachment 0005 Draft Incentive Fee Criteria. Contract Background and Anticipated Period of Performance: It is anticipated that the AFM contract will take the form of either an indefinite delivery indefinite quantity (IDIQ) contract or a base year contract with options. It is anticipated that the Ft. Rucker contract will consist of a base year and options. Successful offerors for both programs, AFM and Ft. Rucker, will be determined on a best value approach. It is anticipated that all contracts will include the minimum of a seven year period of performance. It is anticipated that both the AFM and Ft. Rucker efforts will include a hybrid contract type and potentially incentives. The hybrid contracts could include both fixed and cost type arrangements. The location of the effort to be performed by the AFM requirement will be both in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). It is contemplated that a regional approach will be utilized for the AFM effort. Each region will include maintenance sites that could easily change as the operational requirements evolve. The Ft. Rucker requirements will primarily take place at Ft. Rucker, Al. Both the AFM and Ft. Rucker requirements are considered services with the appropriate services laws and regulations being applicable. All contracts awarded will include the Ground and Flight Risk clause and will require a higher level of quality requirements to potentially include Aerospace Standard 9110 (current version). It is anticipated that North American Industry Classification System (NAICS) 488190, Other Support Activities for Air Transportation, will apply. The current standard is $32.5M. Sources Sought: The ACC-Redstone would like to identify businesses that have experience in all or a part of the requirements described above and in the attached PWSs. Please provide a statement as to your company's name and if you have tentative plans to propose on one or both of the programs as a prime, or if you are looking for subcontractor opportunities only. In addition, ideas as to contract types, the structure of the contract, how to incentivize exceptional quality and/or performance are requested. Ideas on how to streamline the proposal generation process is also being solicited. Note that any actual requirement(s) will eventually be announced through FedBizOpps. Corporate Capability Statements: It is requested that interested parties provide a Corporate Capability Statement that reflects their potential to fulfill the Government's requirements. A desire of the Government is that the Corporate Capability Statement cover letter also include details related to the size of the company based on the anticipated NAICS code of 488190. Specifically the letter should address if the business is a large business, small business, small disadvantaged business, Woman-Owned, HUBZone, Veteran-Owned, Serviced Disabled Veteran, etc. Performance Work Statements (PWS): Interested contractors are requested to review the accompanying DRAFT PWS for the AFM and Ft. Rucker efforts and respond to the contracting officer point of contact (POC) with any comments, innovative ideas, performance or quality incentives and measurements, best industry practices, or acquisition streamlining that might enhance the PWS or the aviation maintenance services programs. Please note that these are overarching DRAFT PWSs that describe the mission areas and a description of the type of work. They will change as requirements are better identified and acquisition strategies are developed. Industry Day: An industry day related to these acquisitions is to take place in Huntsville, Al. at the Jackson Center, located at 600 Genome Way, Huntsville, Al 35806, on Thursday, March 12, 2015. Due to limited seating, it is requested that attendance be limited to two individuals from any one company. Separate briefings will be held for each of the proposed actions described above. The AFM brief will take place at 8:30 A.M., CST. The Ft. Rucker brief will immediately follow. This RFI pertains to sources sought, corporate capability statements to include any suggestions related to contract incentive, requirement generation or proposal submission streamlining, DRAFT PWSs information, and an Industry Day announcement. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation(s) will be announced separately. It is anticipated that a draft solicitation for industry's comments may be released in the second quarter of Calendar Year (CY) 2016 for the AFM effort and the second quarter of CY 2016 for the Ft. Rucker effort. However, these dates are estimates and subject to change without notice. The Government is anticipating awarding multiple contracts for the AFM effort and one contract for the Ft. Rucker effort. Source Selection will be conducted per applicable guidance of Federal Acquisition Regulation (FAR) part 15 and supplemental guidance. Note that only comments are solicited under this RFI. No questions will be entertained. Send all comments relating to the DRAFT PWS or cost incentive ideas to the listed Contracting Officer POC. Contacts to Government personnel by potential offerors regarding this RFI subject are restricted and must proceed through the Contracting Officer POC. The former Contracting Officer, Mr. Zac York, has posted all current information regarding this requirement on the FedBizOpps website. Solicitation numbers are W58RGZ-16-R-0006 for the AFM effort and W58RGZ-16-R-0005 for the Ft. Rucker effort. Information includes DRAFT PWSs as well as directions to the Jackson Center. (Reference Attachment 0006 Industry Day Map) Small Business Set-Aside Determination: No determination has been made as to if either contract programs will be set aside for small business. In order for the Government to make a Small Business set-aside determination, it is emphasized that Small Business concerns provide sufficient written information to indicate their capability to successfully perform and manage all requirements of the magnitude described in the Draft PWSs. Point of Contact Email is the preferred method of communication. Telephone calls will not be accepted. Regarding Ft. Rucker: Barry Byrd, Contracting Officer: barry.d.byrd.civ@mail.mil Regarding AFM: Kay Hyska, Division Chief: ok.k.hyska.civ@mail.mil Mailing Address: U.S. Army Aviation & Missile Command Bldg. 5309, Sparkman Complex Attn: CCAM-AM-B Redstone Arsenal, Al. 35898-5280 Primary Place of Performance: AFM - CONUS and OCONUS locations as required Ft. Rucker - Ft. Rucker, Al. This announcement has been amended to include the responses to the questions received at industry day. No responses are required or requested at this time. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-11-12 14:07:34">Nov 12, 2015 2:07 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-02-03 16:46:41">Feb 03, 2016 4:46 pm Track Changes This announcement has been amended to refelct change in date for Draft Solicitation for both the Ft. Rucker and AFM efforts as follows: It is anticipated that a draft solicitation for industry's comments may be released in the second quarter of Calendar Year (CY) 2016 for both the Ft. Rucker and the AFM efforts. However, these dates are estimates and subject to change without notice. The Contracting Officer POCs have changed for these efforts.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b1ea5af0f66ba87bb705684a14bfcabc)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN04008383-W 20160205/160203234147-b1ea5af0f66ba87bb705684a14bfcabc (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.