SOURCES SOUGHT
J -- Depot Level Maintenance Support Services FRCSE - Jacksonville FL
- Notice Date
- 3/24/2023 12:20:55 PM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N6852023R0031
- Response Due
- 4/17/2023 6:00:00 AM
- Point of Contact
- Tricia Ann Castillo, Phone: 2402307633, Zacerry Herbert
- E-Mail Address
-
tricia.a.castillo2.civ@us.navy.mil, zacerry.g.herbert.civ@us.navy.mil
(tricia.a.castillo2.civ@us.navy.mil, zacerry.g.herbert.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. ALL CAPABLELARGE AND SMALL BUSINESSES THAT ARE INTERESTED ARE ENCOURAGED TO SEND IN A CAPABILITY PACKAGE. Response deadline: 0900 EST on 17 April 2023. This Sources Sought RFI is hereby synopsized pursuant to FAR Subpart 5.2 and FAR Part 10 to ensure the pending solicitation enhances competition. The incumbent contract was awarded as an 8(a) competitive set-aside. Responses will be utilized to determine if any competitive Small Business Set-aside opportunities exist. All Small Business Set-aside categories will be considered. Otherwise, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the competitive method of acquisition and issuance of a solicitation. Any resultant solicitation(s) will be released on SAM.gov. It is the responsibility of the potential offerors to monitor this website for additional information as the direct method of communication with the Government. A pre-solicitation notice will be issued pursuant to FAR Subpart 5.204, and the Government intends to issue a draft solicitation, if time allows. Award of the pending requirement is anticipated during the 2nd quarter of FY 2024. There is high schedule risk to mitigate via the pending solicitation and source selection phases. ELIGIBILLITY & SIZE STANDARDS CLASSIFICATION: CLASSIFICATIONS Incumbent Set Aside 8(a) Set Aside (FAR 19.8) Product Service Code (PSC) J015 � Maintenance, Repair and Rebuilding of Equipment: Aircraft and Airframe Structural Components North American Industry Classification System (NAICS) Code 336411 � Aircraft Manufacturing Size standards in Millions of Dollars Size standards in Number of Employees 1500 Place of Performance Duval County, Florida & Princess Anne County VA USA REQUIREMENT: Commander, Fleet Readiness Centers, Procurement Group, Patuxent River, MD is seeking potential 8(a) and/or other small business sources to provide Depot Level Maintenance (DLM) Contractor Support Services (CSS) to augment the existing workforce performing Depot level maintenance for Fleet Readiness Center Southeast (FRCSE) aboard Naval Air Station (NAS) Jacksonville, FL and its remote sites at Naval Station (NS) Mayport, FL, Cecil Commerce Center (Cecil Field) in Jacksonville, FL, NAS Oceana, VA, and NS Norfolk, VA. Tinker Air Force Base (AFB), OK is a potential future site for this requirement. This requirement is to provide DLM services for aircraft, aircraft engines and associated components/material undergoing DLM, involving the rework of existing aviation end items, systems, and components and manufacture of items and component parts otherwise not available. This requirement includes modernization, conversion, in-service repair, disassembly, and all other categories of aircraft DLM. The exact contract type is still in development, based on historical performance and future projection of performance. The resultant contract will procure Non-Performance based Level of Effort augmented services �for approximately 400,000 man-hours over a five-year performance period.� The estimated number of Full Time Equivalents (FTE) required to fulfill this requirement is expected to exceed 300. Functional support areas and tasks outlined in the attached DRAFT Statement of Work (SOW). INCUMBENT INFORMATION: The pending acquisition is a follow-on effort to N6134020D0007, awarded by NAWC (TSD) to TYONEK GLOBAL SERVICES, LLC (CAGE 6A6U7). The current contract is Cost Plus Fixed Fee (CPFF) Indefinite Delivery Indefinite Quantity (IDIQ) with Term-Form orders. The IDIQ ordering period expires March 2024. To request additional information on the incumbent contract, please follow the steps for the NAVAIR Freedom of Information Act (FOIA) process at http://www.navair.navy.mil/foia/request_instruc.html. CAPABILITY STATEMENT SUBMISSIONS: Responses to this notice should describe the Contractors capability and experience with performing DLM and other contracts of this magnitude. Respondents may also present any potential plan to team with other capable companies as a Joint Venture, or Prime-Sub relationship. It is requested that respondents include its major products/services, primary customer base, number of employees, annual revenue history, office location, CAGE Code, and a statement regarding its current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 336411 to help the Government ascertain competitive capability. Again, the purpose of this phase is to determine viable competitive capabilities to adequately set-aside the procurement. If there are not at least two reliable responses from small businesses, the solicitation will not be set-aside for small business. Responsible sources are encouraged to respond to the questions listed in the attached DLM Capabilities Questionnaire Excel spreadsheet via email to the points of contact listed below. You may use any formatting desired to answer the questions, and also share additional capability information if beneficial to better describe capability and interest in the pending procurement. Again, the deadline for responses is 0900 EST on 17 April 2023. POINT OF CONTACT - COMMUNICATION & QUESTIONS: Contract Specialist / Primary Point of Contact: Tricia Ann Castillo Email: tricia.a.castillo2.civ@us.navy.mil Secondary Point of Contact: Zacerry Herbert Email: zacerry.g.herbert.civ@us.navy.mil Procurement Group Office Address: Naval Air Systems Command (NAVAIR) Commander, Fleet Readiness Centers (COMFRC) N68520 47038 McLeod Rd, Bldg. 448 Patuxent River, MD 20670 United States DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AS A MARKET RESEARCH TOOL BEING USED TO DETERMINE THE COMPETITIVE SOLICITATION STRATEGY.� RESPONSES IN ANY FORM ARE NOT OFFERS. ISSUANCE OF THIS NOTICE SHOULD NOT BE CONSTRUED AS OBLIGATING THE GOVERNMENT, IN ANY WAY, TO ISSUE A SOLICITATION OR TO AWARD A CONTRACT IN FURTHERANCE OF THE OBJECTIVES DISCUSSED HEREIN. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARING RESPONSES TO THIS NOTICE. THE GOVERNMENT RESERVES THE RIGHT TO REVIEW AND USE DATA AT ITS OWN DISCRETION.� ALL DATA RECEIVED IN RESPONSE TO THIS SOURCES SOUGHT RFI 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://sam.gov/opp/7bf616a4c25644ff8de8456a47fb8544/view)
- Place of Performance
- Address: Jacksonville, FL 32212, USA
- Zip Code: 32212
- Country: USA
- Zip Code: 32212
- Record
- SN06630082-F 20230326/230324230115 (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 |