Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOURCES SOUGHT

J -- Request for Information (RFI) for Maintenance, Repair, Overhaul (MRO), and Logistic Support in Support of Fleet Readiness Center Aviation Support Equipment (FRCASE)

Notice Date
6/1/2022 12:51:15 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
N68520-22-R-0029
 
Response Due
6/30/2022 1:00:00 PM
 
Archive Date
01/05/2023
 
Point of Contact
Samuel Stellwagon, Tara Collins
 
E-Mail Address
samuel.stellwagon@navy.mil, tara.f.collins.civ@us.navy.mil
(samuel.stellwagon@navy.mil, tara.f.collins.civ@us.navy.mil)
 
Description
1.0 Introduction This Request for Information (RFI) is in accordance with the Federal Acquisition Regulation (FAR) Part 15.2 and is published only to obtain information for use by Commander Fleet Readiness Centers (COMFRC), Fleet Readiness Center, Aviation Support Equipment (FRCASE), Patuxent River/ Solomon's Island, Maryland. This RFI does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote or an indication that the Government will contract for the items provided by responder. The Government will not reimburse responders for any costs associated with the preparation or submission of the information requested. Response to this RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. The Government will disregard any requests for a solicitation package. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information requested. The Government will not return submittals to the responders. The Government may request that responders provide additional information/details based on their initial submittals. 2.0 Objective The work includes modernization, conversion, in-service repair, disassembly, and all other categories of MRO as stated in the SOW. The Contractor shall provide SE Depot level (D-level) and Intermediate (I-Level) scheduled (preventative) and unscheduled (restorative) maintenance; which includes the servicing, functional / operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; making structural repairs, fabrication of parts; incorporation of modifications, support configuration, reclamation, and conversions; perform corrosion control to include paint and final finish of SE. This work supports eleven (11) FRCASE sites.� The Contractor shall protect end items and component parts of SE to ensure against damage. Disassembled end items delayed during processing shall be adequately maintained and protected to prevent damage and corrosion. Also, the Contractor shall repair and return all items to its custodians in a serviceable condition within the planned workload standard hours and turnaround time in days. The contractor shall maintain all workload standards and turnaround times.� This must be updated throughout the year as engineered standards or analysis of historical performance determine that a change to the workload standard or turnaround time is necessary. The Contractor shall provide SE Rework Program related services that support supply and provisioning processes for the MRO. These services consist of applying analytical and technical disciplines required to ensure that FRCASE�s rework capabilities are materially sustained. The principal objective of this functional area is to ensure that the materials and services required for the maintenance of warfighter support equipment systems is available when required, and that materials are properly stored and transported, and that inventories are managed in a cost effective manner to sustain contractor maintenance of equipment inducted for rework at each of the FRCASE sites. These services are primarily supported by resources located at FRCASE aboard the Navy Recreation Center Solomons, MD. 3.0 Submission Information The Government�s intent is to receive and review industry feedback/questions within the Statement of Work. All answers to questions that provide clarifications to the posted potential requirement will be provided as an update to this notice. Your questions shall be submitted utililizing Attachment 3 RFI Question Submittal Form. All large and small businesses that are interested should submit a capability statement. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned, Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. Your response to this RFI, including any capability statement, shall contain no classified information and shall be electronically submitted via encrypted email to Mr. Samuel Stellwagon at samuel.d.stellwagon.civ@us.navy.mil; Ms. Tara Collins at tara.f.collins.civ@us.navy.mil; and Ms. Tiffany Crayle at tiffany.l.crayle.civ@us.navy.mil in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m. Eastern Daylight Time, 30 June 2022 All data received in response to this RFI that is marked or designated corporate or proprietary will be protected. In order to protect this information if you would like to submit this via encrypted email please contact the above at least one business day in advance to the submission to coordinate the means for submission. Information and materials in response to this request WILL NOT be returned. No phone calls will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5a04bbacfb7241efa59a1deb82e73638/view)
 
Place of Performance
Address: Solomons, MD 20688, USA
Zip Code: 20688
Country: USA
 
Record
SN06344694-F 20220603/220601230110 (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.