Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
DOCUMENT

P -- Inspect, assess, return and/or maintain the material condition of static display aircraft in as near original configuration as possible, and render them safe for public display. - Attachment

Notice Date
7/10/2018
 
Notice Type
Attachment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
Solicitation Number
N00189AIRNHHC
 
Response Due
7/19/2018
 
Archive Date
8/3/2018
 
Point of Contact
Courtney Olszak 757-443-1320
 
Small Business Set-Aside
N/A
 
Description
Subject to FAR clause 52.215-3 entitled śRequest for Information or Solicitation for Planning Purposes, ť this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide inspections of static aircraft on loan from the U.S. Navy to ensure the aircraft is Safe for Display throughout multiple geographical areas. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. The Government has determined that these supplies and services are commercial items as defined in FAR 2.101. Interested parties are encouraged to respond to this RFI / Sources Sought Notice. Scope The scope of the Performance Work Statement (PWS) is to inspect, assess, return and/or maintain the material condition of static display aircraft in as near original configuration as possible, and render them safe for public display. The Government requires a contractor to furnish all tools, support equipment, labor and materials, required to inspect and make aircraft Safe for Display. Any potential contract resulting from this RFI / Sources Sought Notice is anticipated to be a single and/or multiple award, commercial, firm-fixed-price (FFP), indefinite-delivery, indefinite-quantity type contract. See the draft (PWS) posted with this notice for additional details. Place of Performance (Site Locations) Numerous locations throughout the United States and Hawaii with an emphasis to first focus on the Southeast sub regions. NAICS Code The NAICS code for this requirement is anticipated to be 488190, Aircraft inspection services, with a current size standard of $32.5 million. The product service code (PSC) is P200, Salvage of Aircraft. Period of Performance Performance is estimated to commence around 16 September 2018. Capabilities Statement This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, FLCN appreciates your assistance in providing a capabilities statement addressing the items below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed forty standard typewritten pages. All technical questions and inquiries may be submitted within the response. 1. Full business name, address, point of contact, telephone number, and e-mail address 2. Contractor and Government Entity (CAGE) code 3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HubZone, Woman-owned, Service Disabled Veteran-Owned, or other category 4. If the items can be obtained from a GSA or SeaPort-e contract vehicle, provide the applicable contract number. 5. The offeror shall provide one (1) resume for each of the person(s) intended to fill the following positions in the North South East (NSE), South South East (SSE) and North South West (NSW) areas (a total of twelve separate resumes shall be provided): Program Manager Aircraft Mechanic Radiation Safety / Technician Officer The offeror shall provide sufficient information within the resume to detail the expertise and experience as set forth in the PWS. If the individual being proposed is not already an employee of the contractor, the contractor shall provide a signed Letter of Commitment from the employee on company letterhead. If proposed employee has a DD214, please provide a copy with the resume. 6. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large businesses will be used. 7. Contractor ™s experience (identified by contract number) and strategy to provide the required services, especially for Government and corporate entities of similar size and scope. 8. A draft PWS is provided. Please provide any additional feedback you feel is relevant related to the draft PWS and procurement strategy. Please submit any questions you have regarding this RFI / Sources Sought Notice and the draft PWS. 9. Indicate if your company can perform in all of the areas identified in the attached Performance Locations and Quantities document. If not, identify which areas specifically. Submission Responses should be limited to no more than forty standard typewritten pages. Reponses should reference N00189AIRNHHC Direct Procurement Method “ Safe-For-Display Aircraft and shall be submitted by e-mail to Courtney Olszak at courtney.olszak@navy.mil by 1:00 p.m. Eastern time on 19 July 2018. Again, this is not a request for proposals. Respondents will not be notified of the results. Please note that the information within this RFI / Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189AIRNHHC/listing.html)
 
Document(s)
Attachment
 
File Name: N00189AIRNHHC_Draft_Performance_Work_Statement_NHHC_SFD.docx (https://www.neco.navy.mil/synopsis_file/N00189AIRNHHC_Draft_Performance_Work_Statement_NHHC_SFD.docx)
Link: https://www.neco.navy.mil/synopsis_file/N00189AIRNHHC_Draft_Performance_Work_Statement_NHHC_SFD.docx

 
File Name: N00189AIRNHHC_Safe_For_Display_CONSOLIDATED_CHART.xlsx (https://www.neco.navy.mil/synopsis_file/N00189AIRNHHC_Safe_For_Display_CONSOLIDATED_CHART.xlsx)
Link: https://www.neco.navy.mil/synopsis_file/N00189AIRNHHC_Safe_For_Display_CONSOLIDATED_CHART.xlsx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04984848-W 20180712/180710231018-2203cb21a9611ecfd1aceae15c5d200f (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.