Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

R -- Commander, Fleet Readiness Center Engineering and Logistics Technical Support Services

Notice Date
9/20/2021 5:17:02 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852022R0001
 
Response Due
6/2/2021 9:00:00 AM
 
Archive Date
09/30/2022
 
Point of Contact
Elisa VanDevander, Jessica McGee
 
E-Mail Address
elisa.vandevander@navy.mil, jessica.l.mcgee@navy.mil
(elisa.vandevander@navy.mil, jessica.l.mcgee@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
UPDATE: 20 SEPT 2021- Paragraph 2, E2/CS updated to E2/C2.� UPDATE:�14 SEPT 2021- Paragraph 2 language added�in bold. UPDATE CORRECTION: 10 SEPT 2021-�The Additional Information section language below was updated in bold. UPDATE: Advanced Planning Notice for Information Purposes Only� 10 September 2021 THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSIONS. Commander, Fleet Readiness Center (COMFRC), Patuxent River, MD, solicitation number N6852022R0001 will be issued to initiate competitive source selection and award an Indefinite Delivery-Indefinite Quantity (IDIQ) contract (termed as �LOGEN�) to one Prime contractor in support of Fleet Readiness Centers (FRCs) Southeast (SE), East (E) and Southwest (SW) Fleet Support Teams (FSTs) and maintenance, repair, and overhaul (MRO) group initiatives to provide required life cycle logistics and engineering support services. Each FRC depot operates in a cooperative environment, in which personnel are assigned to support Naval Air Systems Command (NAVAIR) program offices and fleet customers in support of logistics, engineering and maintenance programs that benefit all type/model/series (T/M/S) aircraft and enterprise teams, providing full-spectrum aircraft maintenance operations to maintain high-performance tactical aircraft in support of war fighter readiness, as well as ensuring peak operational readiness for all supported activities. The singular contract approach moves away from site-specific sustainment logistics and engineering contracts to one consolidated contract that will integrate sustainment support to all primary FRC sites. The purpose of a consolidated acquisition approach is to ensure alignment of the integral and close relationships of sustainment logistics and engineering, as described by the Product Support Manager (PSM) Guidebook as part of the 12 Integrated Product Support (IPS) Elements. COMFRC�s goal is to centralize organizational accountability, processes, and support for efficiency. Aside from the individual programs, numerous mission programs supported by COMFRC are integrally related in that they share common approaches to Fleet Support logistics and engineering products and processes across the naval aviation community. The scope of the first consolidated �LOGEN� contract for FRC sites includes sustainment engineering and logistic support services located at FRCSE Jacksonville, FL; engineering support services located at FRCE Cherry Point, NC and logistics support located at FRCSW North Island, CA and the Naval Air Technical Data and Engineering Command (NATEC) located at San Diego, CA, as well as detachments and remote sites inside the Continental United States (CONUS). It will not include FRCE logistics�(Current Contract N6852021D0002) or FRCSW engineering�(RFPs N6852021R3000- E2/C2�and N6852021R3002- F/A-18,�due to award in 2022), which are both amply covered by individual contracts until 2026. Therefore, the intended LOGEN contract will align to a 2026 expiration, at which time the �phase two� consolidated Enterprise level follow-on contract is planned to be solicited and awarded to cover truly all sustainment logistics and engineering support at all primary FRC sites. LOGEN will provide direct life cycle engineering, logistics, technical and production services for various T/M/S aircraft. Individual task orders (TOs) will be issued to support new weapon systems, system modifications, Foreign Military Sales (FMS), and support systems, including related equipment as they become known. Set-Aside Status: The acquisition will be competed as a small business set-aside based on market research and responses to the sources sought notice posted to beta.sam.gov on 5 March 2021.� Contract Type: The anticipated contract is a single-award IDIQ with Cost-Plus Fixed-Fee (CPFF) Term form (level of effort) for labor and Cost for travel and incidental material contract line items (CLINs). Incumbent Information: Site/Program:� FRCSE Engineering Contract Number:�N6134019D0006 Incumbent: Andromeda Systems, Inc. (ASI)� Site/Program:� FRCSE Logistics Contract Number:�N6134017D0002 Incumbent: Andromeda Systems, Inc. (ASI)� Site/Program:� FRCE Engineering Contract Number:�N6134017D0001 Incumbent: LTM INC. Site/Program:� FRCSW Logistics Contract Number:�N6893618D0016 Incumbent:�Andromeda Systems, Inc. (ASI)� Additional Information: The Draft RFP is anticipated to be released in October 2021, without Sections L&M. The Final RFP is scheduled for release by December 2021. The contract is anticipated to be awarded as late as the second quarter of FY 2023, depending on the necessary duration of the source selection evaluation phase. Original Notice A source sought was released 5 March 2021 for the Commander, Fleet Readiness Center Logistics and Engineering Technical� Support Services requirement (Statement of Work Attached).��The Contracting Officer analyzed the Government�s market research, of which the Sources Sought was a component, and found that the Sources Sought responses support a small-business set-aside solicitation for the Enterprise level COMFRC logistics and engineering support. However, approvals have not yet been obtained to consolidate the incumbent site-level requirements into a single source IDIQ as required by FAR SubPart 16.504 in lieu of utilizing the SeaPort MAC or a stand-alone Enterprise-level COMFRC MAC for logistics and engineering. Therefore, the Government is requesting feedback from industry on the benefits and/or risks impacting performance if the COMFRC logistics and engineering support requirements were solicited as separate Seaport Orders, one for engineering (FRCSE & FRCE) and another for logistics (FRCSE & FRCSW). The Government is also requesting feedback from industry regarding benefits and/or risks associated with awarding an Enterprise-level COMFRC MAC for the logistics and engineering support.� The incumbent contracts currently about 50 active task orders combined supporting multiple Naval Aviation and FRC site-level programs. This request for information is part of the acquisition planning phase. As strategy approvals are obtained to determine a solicitation and award schedule, the Government will update this announcement. Please provide responses by 02 June 2021. Questions Questions or comments regarding this notice�can be directed to Elisa VanDevander by email at elisa.vandevander@navy. * Note, due to a glitch in the system, please have responses back by Eastern Standard Time.�� DISCLAIMER THIS POSTING 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 SOLICIT OR AWARD A TASK ORDER 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 NOTICE. ALL DATA RECEIVED IN RESPONSE TO THIS NOTICE THAT IS MARKED OR DESIGNATED AS CORPORATE OR PROPRIETARY WILL BE FULLY PROTECTED FROM ANY RELEASE OUTSIDE THE GOVERNMENT. NO CLASSIFIED DATA SHALL BE SUBMITTED. ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d50f982622e24eb3b6da7bcd3a9e1cb0/view)
 
Record
SN06138329-F 20210922/210920230115 (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.