Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 24, 2016 FBO #5327
SOURCES SOUGHT

16 -- Worldwide Logistics Support Services - Attachment

Notice Date
6/22/2016
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-16-R-0166
 
Archive Date
7/23/2016
 
Point of Contact
JANINE L. COWLING, Phone: 256-313-4996, LATASHA PORTER, Phone: 256-313-5614
 
E-Mail Address
janine.l.cowling.civ@mail.mil, latasha.y.porter.civ@mail.mil
(janine.l.cowling.civ@mail.mil, latasha.y.porter.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Small Business Questionnaire This is a follow on notice to previously issued Request for Information (RFI) Sources Sought Notices under W58RGZ-15-R-0166 issued on 28 January 2015 and 11 September 2015. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This sources sought notice is being published in accordance with FAR Parts 10.002 and 15.201 and is a Request for Information only in support of a market survey. Issuance is for planning purposes only, to assist in identifying potential sources capable of supporting the Non-Standard Rotary Wing Aircraft Project Management Office (NSRWA PMO) Worldwide Logistics Support Services - Contractor Logistics Support (WLSS-C) for non-standard rotary wing aircraft. NSRWA PMO is seeking information to identify potential sources capable to support the WLSS-C effort under North American Industry Classification System (NAICS) code 488190. Responses to this sources sought synopsis will be used for a market survey analysis that will help the Government during Acquisition Strategy planning and determination. This will be used to identify if this acquisition could be conducted under full and open competition, or if the acquisition should be set-aside for small business pursuant to FAR Part 19, Small Business Programs. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. The Government anticipates prohibiting cross-teaming. Cross-teaming arrangements include a prime offeror participating as a team member with another prime contractor. The Government also anticipates prohibiting pass through arrangements as defined in FAR 52.215-22 and FAR 52.215-23. If the acquisition is competed using full and open competition, then the subcontracting goal will be determined as a percentage of the overall contract value. 1.0 BACKGROUND The Mission of the Non-Standard Rotary Wing Aircraft (NSRWA) Project Management Office (PMO) is to procure, field, train, sustain, and provide technical support of non-standard aircraft for the Department of Defense (DoD) and allied countries, or as directed by the Office of the Secretary of Defense (OSD) in support of Overseas Contingency Operations (OCO). Non-standard aircraft systems are defined as those systems not supported within the DoD as a program of record. Examples of supported non-standard rotorcraft include Mi-17, MD-530, MD-500, Bell 200/400 series, UH-1, AH-6i and other various aircraft. NSRWA PMO provides support to customers worldwide for a variety of non-standard rotorcraft systems. 2.0 SCOPE This acquisition is for critical equipment, material, and services to be performed predominantly Outside the Continental United States (OCONUS) as required to support the US Army NSRWA PMO, DoD, other Federal, and local Agencies and Authorities. These services provide for Contractor Logistics Support (CLS) for non-standard rotorcraft systems not supported within the Department of Defense (DoD) standard logistics systems. This acquisition will consider and make provision for all elements of Integrated Product Support (IPS) to include technical and engineering services incidental to the performance of CLS. A demonstrated relationship with the Original Equipment Manufacturer(s) (OEMs) or cognizant airworthiness engineering authority is required for each NSRWA system to ensure continued airworthiness; access to technical and engineering data and support; and access to logistical services and supply chains. CLS services include sustainment engineering; supply support; maintenance planning and management; furnishing or maintaining support equipment; aircraft modifications; component overhauls; technical data; training and training support; manpower and personnel; facilities and infrastructure; packaging, handling, storage, and transportation; and computer resources as described herein. The Government anticipates awarding a multiple-award indefinite-delivery, indefinite-quantity (IDIQ) task order contract. The contractor must have the ability to maintain a SECRET facilities clearance and employees with a personnel security clearance at the SECRET level. 3.0 REQUESTED INFORMATION In response to this sources sought please provide: 1. Name of your company, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding your company size status based on the assigned primary NAICS and corresponding small business size standards. If you are a small business, also provide the applicable socio-economic categories, such as Small Disadvantaged Business (SDB), 8(a) Small Business, Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB) and/or Women Owned Small Business (WOSB), etc. 2. Provide a capability statement that includes but not limited to: your company interest in competing for any or all of this requirement as describes in Section 1.0. Detail previous experience that may be of similar scope and/or complexity. Provide a brief description on any current contracts that you are providing similar effort/services to another government agency. 3. Identify whether your company is interested in subcontracting only for this requirement. Provide the highlights of your technical capabilities 4. If you are a interested small business under NAICS code 488190, Other Support Activities for Air Transportation with a size standard of $32,500,000 in annual sales, please provide the following information. • Are you interested in any or all of the scope in Section 2.0. • Provide a capability statement that includes but not limited to: your company interest in competing for any or all of this requirement as describes above. • Answer the following questions in Attachment 1 - Small Business Questionnaire All information submitted is subject to verification. Additional information may be requested to substantiate response. 4.0 RESPONSES Formal communication related to this acquisition shall be submitted by e-mail to the POC below. The deadline for a response to this notice is seven (7) days from the date of publication. The company's standard format is acceptable; Any information submitted by the respondents to this sources sought synopsis is strictly voluntary. The submitted information shall be UNCLASSIFIED. Only electronic responses shall be accepted and shall be submitted as an email attachment in MS Word or Adobe PDF format. Email submissions are subject to size and type restrictions (typically limited to less than 2 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. Responses shall be received no later than 12:00 P.M. Central Time, 8 July 2016. Additional information, as it becomes available, will be posted as well as amendments to this announcement on Army Single Face to Industry (ASFI) https://acquisition.army.mil/asfi and flow through to Federal Business Opportunities (FedBizOpps) https://www.fbo.gov. It is the responsibility of the interested parties to review the site frequently for any updates/amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, System for Award Management (SAM) is required. Lack of registration in the SAM database will make an offeror ineligible for contract award. The information provided in the RFI is subject to change and is not binding on the Government. The U.S. Army has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. If a Final Solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. If your company is interested in this planned procurement, then it is advised that you monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov. The Point of Contact for this action is: Army Contracting Command - Redstone ATTN:CCAM-NSB Janine Cowling Contracting Officer Janine.l.cowling.civ@mail.mil 256-313-4996
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/62cc5c333edea11b8a157c161e3cb6b5)
 
Record
SN04157788-W 20160624/160622234255-62cc5c333edea11b8a157c161e3cb6b5 (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.