Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOURCES SOUGHT

99 -- Sources Sought for Transportation of AH-6i Helicopters

Notice Date
1/10/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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-17-R-0113
 
Point of Contact
Sarah R. Jimmerson, Phone: 2563131514, Charles D Miller, Phone: 2568421067
 
E-Mail Address
sarah.r.jimmerson.civ@mail.mil, charles.d.miller2.civ@mail.mil
(sarah.r.jimmerson.civ@mail.mil, charles.d.miller2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS The PMO NSRWA (Non-Standard Rotary Wing Aircraft) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the below requirement. The result of this market research will contribute to determining the method of procurement. The applicable National American Industry Classification System (NAICS) code assigned to this procurement is 336413. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does constitute a request for proposals: submissions of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. This sources sought notice is being published in accordance with FAR Parts 10.002, Market Research and 15.201 Solicitations and Receipt of Proposals and information 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 PMO NSRWA AH-6i Transportation. This is only a Sources Sought notice and is not a Request for Proposal (RFP) or request for Quotation (RFQ). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to this notice. Responses to this sources sought synopsis will be used for a market research analysis that will assist in determining if the contemplated acquisition could be conducted under full and open competition, or if the contemplated acquisition should be set-aside for small business pursuant to FAR Part 19 Small Business Programs. The Government is contemplating North American Industry Classification Systems (NAICS) Code 336413, Respondents shall indicate in their response whether they qualify as a small business or qualify under other specialty designated programs such as Veteran Owned Service Disabled (VOSO), historically Underutilized Business Zone (HUBZone), SA or others under this NAICS code. Requirement Statement: The Government seeks white papers regarding the capabilities, past similar experience and technical approach to this transportation effort and industry's assessment/ opinion of the most efficient and cost effective method of executing this effort. The requirements for this action are: 1. Capabilities for transportation of twenty-four (24) AH-6i aircraft, special mission kits, ground support equipment (GSE), government furnished equipment (GFE) and spares by the below modes: (a) Fly or by truck from OEM facility to port of embarkation ( Phoenix-Mesa Gateway Airport). (b) By truck from OEM facility to port of embarkation (Savannah Harbor, GA). (c) Load spares, GSE and GFE in to government provided container at OEM facility. (d) Load spares, GSE and GFE onto Government provide truck at OEM facility. (e) Break down aircraft from flyable condition for truck/sea/air transport at OEM facility/port of embarkation. (f) Provide necessary equipment to load equipment (including aircraft) onto trucks at OEM facility, load equipment (including aircraft) on Antonov aircraft at port of embarkation for air shipment to load equipment (including aircraft) on sea vessel at port of embarkation for sea transport. 2. Security - the interested party shall be able to obtain and maintain personnel and facilities at the SECRET clearance level. The interested party shall be capable of complying with the Safeguarding Covered Defense Information and Cyber Incident Reporting clause at DFARS 252.204-7012 and shall have a Cybersecurity program that follows the National institute of Standards and Technology (NIST) Framework for Improving Critical compliance assessments performed by the Government. 3. Safety - the interested party shall be able to provide safety rules, procedures and policies to conform to the contractual requirements. The interested party and its employees shall observe all the rules and regulations at Government Installations, pertaining to conduct, safety and security. The interested party shall conduct system safety activities in accordance with MIL-STD-882E, PEO Aviation System Safety Program Management policy and PM NSRWA System Safety Management plan (SSMP). The response should include the following: (1) Company information to include: Company name; size of company; small business category; brief introduction of business; cage code; point of contact to include phone number and email address; geographic presence; (2) identify if significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; (3) statement of capability outlining past work that is related to this requirement as identified above; (4) identify how shipment will be secured for transport as well as a description of the equipment being used to load and off load aircraft during each leg of the transportation process; (5) evidence of ensuring an adequately experienced and trained staff to include the process of verifying qualifications, education, certification and professional requirements; (6) provide evidence of compliance with the cybersecurity policies and practices previously identified; (7) provide any other pertinent information that will assist the USG in this assessment. Purpose and Limitations: The Government's intent is to better understand the current capabilities and strategies to determine the best solution. Industry feedback is vitally important and the Government will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. Please limit formal white paper submissions to no more than 25 pages and must be unclassified. Electronic submissions are strongly encouraged. All items must be in Microsoft Office 2003 or later format or Adobe PDF format. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of any potential offeror to monitor FedBizOpps for additional information pertaining to this requirement. All questions and industry responses shall be submitted via email to Army Contracting Command - Redstone, Contract Specialist: Sarah Jimmerson, Sarah.R.Jimmerson.civ@mail.mil with a courtesy copy to Contracting Officer: Charles Miller, Charles.D.Miller2.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8b3e624ee5adf91c48d826e3e09e1761)
 
Place of Performance
Address: Phoenix Arizona and Savannah Georgia., United States
 
Record
SN04367739-W 20170112/170110234223-8b3e624ee5adf91c48d826e3e09e1761 (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  © 1994-2020, Loren Data Corp.