Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2016 FBO #5234
SOURCES SOUGHT

15 -- E-6B Integrated Maintenance and Modification Contract - Requirements Description to RFI

Notice Date
3/21/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
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-0047
 
Archive Date
5/7/2016
 
Point of Contact
Tanis A Meldrum, Phone: (301)757-5285, Garrett W. Douglass, Phone: 301-995-4563
 
E-Mail Address
Tanis.Meldrum@navy.mil, garrett.douglass@navy.mil
(Tanis.Meldrum@navy.mil, garrett.douglass@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1- RFI Requirements for E-6B IMMC THIS IS A REQUEST FOR INFORMATION ONLY AS A MARKET SURVEY TOOL AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, A REQUEST FOR PROPOSALS, A SOLICITATION, A REQUEST FOR QUOTES, OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT DOES NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. PMA-271 (Airborne Strategic Command, Control, and Communications) Program Office is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to perform integrated maintenance and modifications for E-6B aircraft. It would be advantageous to the government if interested parties were located in the greater Oklahoma City, OK area, but other Continental United States (CONUS) locations will be evaluated. The E-6B aircraft is a military derivative of the Boeing 707 commercial airliner. All interested parties should have the expertise and facilities to perform this work on multiple aircraft concurrently. Proposed facilities must be large enough to fully enclose each inducted E-6B with hanger doors completely closed, and comply with E-6B security requirements, and DCMAI 8210.1 Series. In addition, PMA-271 is interested in procuring Contractor Field Team support to travel to CONUS locations to perform specified modifications/maintenance. NAVAIR is contemplating the use of a Multiple-Award Contract (MAC) and a long-term contract (>5 years) for the actions called out in this RFI and is soliciting industries input with respect to this approach. The projected work load for this contract, which cannot be specifically defined or guaranteed, is approximately up to 20 aircraft over 5 years. Interested parties are requested to review attachment #1 and respond accordingly. Responses to this Notice are not to exceed 15 pages in length for the capability statement and 15 pages for the response to the Contractor Capability Survey (30 pages in total length). All responses shall be submitted using 8.5 x 11 inch paper with one inch margins and font no smaller than 10 point Times New Roman. The Government requests that respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper data markings for unclassified and proprietary information within 30 days of the publication date of this Notice to the following Contract Specialists: Tanis Meldrum (Tanis.Meldrum@navy.mil) and Garrett Douglass (Garrett.Douglass@navy.mil). Please include the solicitation number in the subject line of the e-mail. In the event that any resulting synopsis or contract results from this RFI, the requirements for participation would require potential Contractors to meet the requirements of the DD254. This RFI is an exchange of information between Government and Industry. It is the first step of an iterative process aimed at understanding the existence of potential sources that are capable of performing the mission described herein. Any response to this RFI will be treated as information and may be used by the Navy to develop an acquisition strategy, statement of work, statement of objectives, and/or performance work statement and associated specifications. Additional RFIs requesting further detail may be issued in the future to continue the Government's informational exchange with industry. Any proprietary information received in response to this request will be properly protected from unauthorized disclosures; however it is incumbent upon respondents to appropriately mark all their RFI submissions. In order to complete its review, the Navy Program Office must be able to share the information within the Government, and with Systems Engineering and Technical Assistance contractor personnel assisting with the review of the subject RFI responses. PMA-271 will ensure that any SETA contractors whose personnel will have access to the subject RFI response information obtain both Corporate-Level and Employee-Level Non-Disclosure Agreements (NDAs) prior to granting them access to any subject RFI responses. Any RFI responses marked in a restrictive manner that will not permit internal Government review of a subject RFI informational submission may be returned without being assessed or considered. All interested parties shall not submit classified material, as the Government will not accept classified material. This RFI is issued solely for information and planning purposes and does not constitute a program or contractual solicitation. PMA-271 is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted under this RFI. The Government reserves the right to contact the submitting parties for further clarifications. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Questions may be directed to the aforementioned Contracting Representatives. Responses to questions from interested parties will be answered as applicable and provided to all interested parties. Acronym List CONUS Continental United States DCMAI Defense Contract Management Agency Instruction FAR Federal Acquisition Regulation IMMC Integrated Maintenance and Modification Contract MAC Multiple Award Contract OK Oklahoma NDA Non-Disclosure Agreement PDF Portable Data Format PMA Program Manager Aviation RFI Request for Information SETA Systems Engineering and Technical Assistance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-16-R-0047/listing.html)
 
Record
SN04056499-W 20160323/160321234911-fce38002e98be80c4186064cc3e106aa (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.