Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2023 SAM #7901
SOURCES SOUGHT

R -- Reliability Centered Maintenance Services

Notice Date
7/14/2023 5:10:41 AM
 
Notice Type
Sources Sought
 
NAICS
54 —
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N68520-23-RPFREQ-FRC000F-0064
 
Response Due
8/14/2023 9:00:00 AM
 
Archive Date
12/31/2024
 
Point of Contact
Theresa Newbold, Theresa Newbold
 
E-Mail Address
theresa.newbold@navy.mil, theresa.i.newbold.civ@us.navy.mil
(theresa.newbold@navy.mil, theresa.i.newbold.civ@us.navy.mil)
 
Description
The Commander Fleet Readiness Center (COMFRC) Procurement Group (PG), located at Patuxent River, MD intends to procure on a competitive basis the services required to support Reliability-Centered Maintenance (RCM) Analysis work across multiple sites including: NAVAIR Headquarters located at Patuxent River, MD; NAWCADs located at Patuxent River, MD; Lakehurst, NJ; and Orlando, FL; NAWCWDs located at China Lake, CA and Point Mugu, CA; and In-Service Support Centers (ISSC) located at Jacksonville, FL, Cherry Point, NC, and North Island, San Diego, CA.� RCM support is required for new procurement and in-service aircraft. RCM is required in support of: aircraft engines, aircraft systems (i.e., weapons, aircrew escape systems, avionics, and electrical systems), Support Equipment (SE) (i.e., avionics support equipment, non-avionics support equipment, and aircraft launch/recovery equipment) as well as depot plant equipment. In addition to RCM analyses, financial and administrative support and active participation in RCM Working Group meetings to provide feedback on a host of issues that drive RCM improvements is required. RCM is an analytical process to determine the appropriate failure management strategies, including preventive maintenance (PM) requirements and Other Actions (as defined by NAVAIR 00-25-403 and COMNAVAIRFORINST 4790.20 series) that are warranted to ensure safe operations and cost-wise readiness.� This process of developing PM requirements, with an auditable documentation package, is based on the reliability of the various components, the severity of the consequences related to safety and mission if failure occurs, and the cost effectiveness of the task. Tasking includes: update existing RCM analyses; enter, maintain, and/or retrieve RCM data using Integrated Reliability Centered Maintenance System (IRCMS), Joint Deficiency Reporting System (JDRS), Decision Knowledge Programming for Logistics Analysis and Technical Evaluation (DECKPLATE), Asset Management Program (AMP), Web Enabled Safety System (WESS), and Automated Data Capture System (ADCS); provide recommendations for PM tasks and other actions as a result of the RCM analysis; perform age exploration; perform statistical analyses such as Weibull analyses, reliability analyses and root cause analyses related to failure modes;� perform data collection, data filtering and data analysis; develop and sustain hardware breakdown and Failure Mode, Effects and Criticality Analysis (FMECA); determine new and evaluate existing organizational, intermediate and depot level preventive maintenance tasks; provide recommendations for the development of maintenance support system requirements; perform technical analyses to integrate� prognostics and health management (PHM) and condition-based maintenance plus (CBM+) data and technologies into PM, modeling and simulations in support of RCM; develop and deliver briefs and RCM-related programmatic documentation; develop and deliver RCM training; and provide technical support to the NAVAIR RCM Steering Committee.�� A draft SOW (Attachment 1) is provided for your review and understanding of the scope of the effort.� This contract will be a Cost Plus Fixed Fee Indefinite Delivery Indefinite Quantity (IDIQ). The period of performance will be a one (1) year base period with options for four (4) additional years.� The total Level of Effort for five years is estimated at 1,050,000 man-hours. The Government anticipates a contract award for these services to occur in the fourth Quarter of Fiscal year 2024.� The successful awardee will be required to have a Government approved accounting system prior to contract award. It is requested that interested businesses submit a brief Capabilities Statement (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating the ability to perform the services presented in the attached SOW.� The Capabilities Statement must address, at a minimum, the following: The type of work your company previously performed in support of similar requirements (RCM Analysis) to the draft SOW.� Detailed company experience in managing work of similar size and scope to the draft SOW. The specific corporate and technical skills your company possess which ensure the capability to perform the draft SOW in accordance with the NAVAIR 00-25-403 (see attached). Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 deviation 2019-O0003, the Offeror/Contractor agrees in performance of the contract in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.� ��Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General and Administrative rate multiplied by the labor cost.� Provide an explanation of your company�s ability to perform at least 50% of the tasking described in the draft SOW and tasking below for a one (1) year base period with options for four (4) additional years.� Provide a statement including current small/large business status and company profile to include number of employees, annual revenue, number and geographic office locations, CAGE code, and a DUNs number. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.� Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Theresa Newbold, COMFRC PG Code F2552003, in either Microsoft Word or Portable Document Format (PDF), via email at:� � � � � � � � theresa.i.newbold.civ@us.navy.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. 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. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� 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 TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� THIS SOURCES SOUGHT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESS FIRMS CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3255550b5dca4642b5967b8fbbd0785b/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06749934-F 20230716/230714230045 (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.