Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOURCES SOUGHT

16 -- CH/MH-53 Depot Level Integrated Maintenance Program (IMP) Planned Maintenance Interval (PMI) and Special Depot Level Rework/Repairs of Damaged Aircraft

Notice Date
5/15/2020 1:26:53 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
CH-53ECommDepot
 
Response Due
5/30/2020 2:00:00 PM
 
Archive Date
06/14/2020
 
Point of Contact
Garrett W. Douglass, Phone: 3017575134, Amy Beckman, Phone: 3017575292
 
E-Mail Address
garrett.douglass@navy.mil, amy.beckman@navy.mil
(garrett.douglass@navy.mil, amy.beckman@navy.mil)
 
Description
Sources Sought for CH/MH-53 Depot Level Integrated Maintenance Program (IMP) Planned Maintenance Interval (PMI) and Special Depot Level Rework/Repairs of Damaged Aircraft The Naval Air Systems Command (NAVAIR), in support of PMA-261 Heavy Lift Helicopters Program Office, is seeking sources that have the skills, experience and facilities required to successfully provide CH/MH-53E Depot Level Integrated Maintenance Program (IMP) Planned Maintenance Interval (PMI) and Special Depot Level Rework/Repairs of damaged aircraft.�Additional tasks may include conducting organizational level maintenance and Depot Level �A� Kit installations in conjunction with the depot rework/repairs.� All work will be conducted at commercial locations. PLACE OF PERFORMANCE Place of Performance: TBD Percentage of Effort: 100% Government Site: 0% Contractor Site: 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT IS NOT COMMITTED NOR OBLIGATED TO PAY FOR THE INFORMATION PROVIDED AND NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ELIGIBILITY The applicable NAICS code for this requirement is 488190 with a Small Business Size Standard of $32.5 million dollars. The Product Service Code (PSC) is 1680. ANTICPATED PERIOD OF PERFORMANCE Assume an earliest contract award date of July 2020 with 12-month period of performance ANTICIPATED CONTRACT TYPE Cost-Plus Fixed Fee, Firm-Fixed Price, Time & Materials REQUIRED CAPABILITIES The specific requirement of the effort under this sources sought notice is to provide CH/MH-53E Depot Level Integrated Maintenance Program (IMP) Planned Maintenance Interval (PMI) and Special Depot Level Rework/Repairs of damaged aircraft. The tasking includes maintenance and supply support in compliance with CNAFINST 4790, MCO 4400.177G, NAVSUP P-409, NAVSUP P-485 and DCMA 8210.1C oversight procedures with management and performance of the following services: Depot Level maintenance (Scheduled and Unscheduled) to include fabrication, machining and composite repairs. Organization Level maintenance (Scheduled and Unscheduled) Incorporate Organizational and Depot Level aircraft modifications Drop-in maintenance & repair Aircraft stripping and painting Aircraft weighing Aircraft and component Non-Destructive Inspections (NDI) Conduct aircraft assessments, stabilization and support loading/transportation via truck, surface shipping or strategic airlift Short term and long term aircraft preservation and storage Prospective offerors MUST: Be able to stand-up repair/maintenance capabilities to support aircraft inductions to conduct the above services within fourteen (14) days after contract award. Have facilities capable of commercial flight operations, military aircraft Functional Check Flight and ferrying with on-site crash, fire and rescue services. The facility must be capable of supporting airlift transportation offloading/on-loading via C-5, C-17 and AN-124 aircraft. Have existing or demonstrate capability to obtain licensing/agreements with the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, to develop and execute aircraft repairs requiring airworthiness certifications.� SUBMISSION INFORMATION All responsible sources are encouraged to submit a capability statement that addresses their ability to perform the full range of services described above at the Platform level at their own organic facilities and other locations.� It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history from the last five years, office location(s), DUNS number, and a statement regarding current small/large business status; Prior/current corporate experience performing efforts of similar size and scope within the last five years, including contract numbers, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; Answers to the following questions, providing details, including contract numbers and any government POCs�to demonstrate the experience claimed: Describe your experience (in the last 5 years) in providing rotary-wing aircraft Depot Level IMP/PMI or Special Depot Rework/Repairs. Describe your experience with maintaining aircraft in accordance with the COMNAVAIRFORINST 4790.2 Series. Describe and quantify your ability to meet the required timeline from Task Order/Contract Award to induction at your commercial facility for a CH/MH-53E aircraft level depot maintenance event.� List any external dependencies or GFE requirements to meet that timeline. Describe your facility capabilities to support commercial flight operations, military aircraft Functional Check Flight and ferrying with on-site crash, fire and rescue services and airlift transportation/offloading/on-loading via C-5, C-17 and AN-124 aircraft. Address any existing licensing/agreements or demonstrate capability to obtain licensing/agreements with the Original Equipment Manufacturer, Sikorsky Aircraft Corporation, to develop and execute aircraft repairs requiring airworthiness certifications.� Describe your experience/capabilities in performing maintenance and modification work concurrently on C/MH-53E series aircraft or similar airframes. Describe your production experience/capabilities, engineering capabilities and internal processes in performing line and depot maintenance on C/MH-53E series aircraft or similar airframes. List any industry certifications of your processes. Describe your experience/capability in managing an aircraft that had drop-in/unscheduled maintenance completed at a Part 145 depot repair facility. Describe your experience/capability in managing an aircraft strip and paint either for or similar to C/MH-53E painting standards. Describe your capability or existing agreements for access to technical data to include engineering/repair data for C/MH-53E aircraft and components. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Garrett Douglass at �Garrett.Douglass@navy.mil, in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 5:00 p.m., Eastern Standard Time, 30 May 2020. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone calls will be accepted.� All questions must be submitted via email. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7f86fba650e1400b839b2903c01ab9ae/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05659780-F 20200517/200516071021 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.