Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOURCES SOUGHT

J -- Request for Information FASTER ACq Cell KRACEn

Notice Date
6/5/2018
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
N6134018R0069
 
Archive Date
7/14/2018
 
Point of Contact
Lisa L. Nelson, Phone: 407-380-8549
 
E-Mail Address
lisa.l.nelson@navy.mil
(lisa.l.nelson@navy.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
This is a Request for Information (RFI) only and does not constitute a commitment implied or otherwise, that the Naval Air Systems Command (NAVAIR) will take procurement action in this matter. Further, NAVAIR nor the Government will be responsible for any cost incurred in furnishing information. This RFI is being used to gather market research for NAVAIR to make decisions regarding the development of a new strategic sourced contract vehicle. NAVAIR will use the results of this RFI to determine interest that may lead to guiding the structure of an indefinite-delivery indefinite-quantity (IDIQ) multiple award contract (MAC) for Mod Kits, Aircraft Recovery, Augmentation, Components, & Engines (KRACEn). Background: NAVAIR established the Fast Acquisition Solutions to Enable Readiness (FASTER) team using an acquisition cell model to support the platform program management offices. FASTER has three primary goals: maximizing NAVAIR small business participation for aircraft maintenance, improving the quality of contracted services, and shortening the time to award. The first requirement under the FASTER initiative was to establish a new strategic sourced IDIQ MAC for Contracted Maintenance, Modification, Aircrew and Related Services (CMMARS). A second new strategic sourced contract vehicle is being established for Mod Kits, Aircraft Recovery, Augmentation, Components, & Engines (KRACEn). The KRACEn IDIQ MAC will be used by several Government entities such as Naval Fleet activities, NAVAIR Program Offices, and supporting competencies. Non-Navy customers will also be able to use the contract vehicle. Requirement: The KRACEn scope provides services for less than full aircraft maintenance and support worldwide to include mod kit build and installs, retrieval of downed aircraft, augmentation, component level work, and aircraft engines. •Labor augmentation to support Organizational (O), Intermediate (I), and Depot (D) maintenance activities; •Aircraft engine, landing gear, propeller, and avionics maintenance, repair, overhaul, or rework; •Aircraft modification kit manufacture for modifications or approved technical directives; •Install of modification kits to complete a technical directive; •Emergency retrieval of aircraft of ground in support of an existing contract; •On and off-site aircraft painting and corrosion control; and •Support equipment maintenance, calibration, repair, overhaul, or rework. •Sustainment supply support, small batch production and manufacturing for long lead and hard to obtain parts Special Considerations: The Government is considering assigning the North American Industry Classification System (NAICS) Code 488190: Aircraft ferrying services, aircraft inspection services, aircraft maintenance and repair services (except factory conversion, factory overhaul, factory rebuilding), aircraft testing services, fueling aircraft on a contract or fee basis, independent pilot, air (except owner-operators), inspection services, aircraft testing services. The Product Service Code (PSC) under consideration is J015: Maintenance, repair, and rebuilding of equipment-aircraft components and accessories. Numbered Notes: 2 & 26 Contract Type Considerations: The IDIQ contracts may allow for task orders to be issued using seven contract types: firm fixed price, fixed price incentive, cost, cost plus fixed fee, cost plus incentive fee, time & materials and labor hour. Performance Considerations: The Government is planning a five-year ordering period with one five-year option for an anticipated total ordering period of 10 years. Each task order will identify a period of performance and the period of performance may not exceed 365 days beyond the ordering period. Competition Considerations: The Government is considering establishing one or more small business set-aside pools and one or more unrestricted business pools. Responding to this RFI: Interested parties responding to this RFI must provide the following information: •Company name •Business size under the NAICS 488190, which carries a $32.5M small business size standard •If your company is a small business, please identify any socio-economic category that applies •CAGE code •Name of the primary point of contact for the response •Email address •Phone number All information received in response to this RFI shall not be marked "Proprietary" and information will not be returned. RFI Questions: 1.Does your company have previous relevant experience in the last five years providing services that are same or similar to the scope of the KRACEn services? If yes, please provide the contract numbers and brief description. 2.Describe the type of maintenance standard experience your company has with NAVY 4790.2, 14 CFR FAA regulations, or both? If yes, please provide details including the contract numbers. Response Submission Deadline: Responses to this RFI must be submitted no later than 2:00 pm Eastern Standard Time, on 29 June 2018. RFI submissions will be accepted as email attachments only. All responses must be sent to lisa.l.nelson@navy.mil with "KRACEn RFI Response" in the subject line. An email confirmation of receipt will be sent within a one-week period to the designated primary point of contact.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0069/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04944460-W 20180607/180605231243-5aabc17da0969855e4232e382344cbe7 (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.