Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
MODIFICATION

J -- AFM II - Aviation Maintenance Services - (Draft)

Notice Date
5/1/2017
 
Notice Type
Modification/Amendment
 
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-0006
 
Archive Date
5/31/2017
 
Point of Contact
Nicole S. Sullivan-Williams, Phone: 256-876-4360, Larry E. Davis, Phone: (256) 313-3709
 
E-Mail Address
nicole.s.sullivan-williams.civ@mail.mil, larry.e.davis68.civ@mail.mil
(nicole.s.sullivan-williams.civ@mail.mil, larry.e.davis68.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 3 (East PWS) Attachment 2 (West PWS) Attachment 1 (Figure 1 Map) I. 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 Field Maintenance (AFM) program. This is a follow-on market research for the Sources Sought Notice released 14 April 2016. If you responded to the Sources Sought Notice posted 18 Feb 2015 or 14 April 2016, you do not need to respond again. AMCOM Aviation Field Maintenance (AFM) II Contract: This contract will provide rotary wing aviation field and sustainment level maintenance support, aircraft modifications, and other logistical services for Aviation customers worldwide. With the number of Reset sites reducing, future work emphasis will shift to support for the Combat Aviation Brigades (CAB), separate Battalions, Detachments, National Guard/Reserve aviation units, and other Departments or Agencies through: Passback maintenance, Maintenance Work Order (MWO) application, installation aviation activities, and other level of effort tasks. Reference the attached DRAFT AFM II PWS that provides potential scope to be performed. Contract Background, Type, and Anticipated Period of Performance: The Government must have a contract vehicle that allows for flexibility as Army aviation maintenance and modification requirements are subject to change year-to-year. The AFM II contract will be a hybrid type contract which will predominately include a Cost Plus Fixed Fee (CPFF), and Time and Materials (T&M) type effort for touch labor and Firm Fixed Price (FFP) for program management (PM). The total contract period of performance will include a 90 day transition period, a base year and seven one-year option periods. The contract shall contain the clauses at FAR 52.217-8, "Option to Extend Services", and FAR 52.217-9 "Option to Extend the Term of the Contract" to provide for a bridge contract should it be necessary. The AFM II contract structure will still support the Army aviation maintenance "regional" concept. The Government will conduct a best value full and open competition. There will be two separate requests for proposal (RFP) from which two separate contracts will be awarded. One contract will be for the East Region (AFM - East) and one for the West Region (AFM-West) (Figure 1 - See Attachment 1). Contractors must submit a proposal for each desired regional contract effort. Regional proposals will be evaluated independently. The base year will be awarded. Sixty days prior to the conclusion of each contract period the contractor will be notified if the Government intends to award an option year. Options will be utilized in order to help stabilize a program driven by OMA funding, and at the same time, allow for the easy replacement of a contractor should they fail to meet the Government's expectations. Location: The location of the effort to be performed by the AFM II requirement will be both in the Continental United States (CONUS) and Outside the Continental United States (OCONUS). Each region will have CONUS and OCONUS responsibility and aligned along Combatant Commander's (COCOMs) area of responsibility worldwide. The total number of sites for each region is variable (10 - 20+) based on surge/contingency efforts at the time of award. AFM 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 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. Unique Evaluation Elements: Offerors must meet unique entrance gate criteria in order to proceed on to a full proposal evaluation. The technical evaluation will consist of a Comprehensive Management Plan (CMP) and response(s) to integrated management scenario(s). Corporate Capability Statements: The ACC-Redstone seeks to identify businesses that have experience in all or a part of the requirements described in this document and the attached PWS. Interested parties should provide a Corporate Capability Statement that reflects their potential to fulfill the Government's requirements. Note that any actual requirement(s) will eventually be announced through FedBizOpps. Interested companies should include in their response answers to the following requests: a. Company Name, address, phone number, and email address b. Notification of interest in proposing as a prime contractor, subcontractor or both c. Details related to the size of the company based on the anticipated NAICS code of 488190 d. Company profile to include company size (small or large) in relation to the proposed NAICS, etc. Identification of small business type (i.e., SDB, SDVOSB, 8(a), etc.) Proprietary Information: Proprietary information is neither sought nor desired. If proprietary information is submitted, it must clearly be marked "Proprietary" on every sheet containing such information. Respondents are responsible for adequately marking proprietary information contained in their response. Do not send any classified information. II. This RFI pertains to sources sought, corporate capability statements, and DRAFT PWS information for the AFM II effort. 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. The draft solicitation for industry's comments may be released in the third quarter of Calendar Year (CY) 2017 for the AFM II effort. However, these dates are estimates and subject to change without notice. Source Selection will be conducted per applicable guidance of Federal Acquisition Regulation (FAR) part 15 and supplemental guidance. Note that only responses are solicited under this RFI. No written questions will be entertained. Contacts to Government personnel by potential offerors regarding this RFI subject are restricted and must proceed through the Contracting Officer POC. The Contracting Officer, Ms. Nicole Sullivan-Williams has posted all current information regarding this requirement on the FedBizOpps website. Small Business Set-Aside Determination: In order for the Government to make a Small Business set-aside determination, all Small Business should provide sufficient written information to indicate their capability to successfully perform and manage all requirements of the magnitude described in the Draft PWS. Points of Contact Email is the preferred method of communication. Telephone calls will not be accepted. Ms. Nicole Sullivan Williams, Contracting Officer, nicole.s.sullivan-williams.civ@mail.mil, (256) 876-4360 Mr. Larry Davis, Contract Specialist, larry.e.davis68.civ@mail.mil, (256) 313-3709 Mailing Address: U.S. Army Aviation & Missile Command Bldg. 5309, Sparkman Complex Attn: CCAM-AM-A Redstone Arsenal, Al. 35898-5280 Primary Place of Performance: AFM II - CONUS and OCONUS locations as required
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db54bb2eb7f382e304bec50ebca9cff7)
 
Place of Performance
Address: CONUS/OCONUS, United States
 
Record
SN04491251-W 20170503/170501234819-db54bb2eb7f382e304bec50ebca9cff7 (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.