SOURCES SOUGHT
15 -- SOURCES SOUGHT
- Notice Date
- 5/22/2012
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ12R0354
- Response Due
- 6/4/2012
- Archive Date
- 8/3/2012
- Point of Contact
- Cynthia Hargrove, 2563133773
- E-Mail Address
-
ACC-RSA - (Aviation)
(cynthia.hargrove@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY. This information will be used to determine the availability of vendors capable of meeting the Government's minimum requirements and the availability of small and large businesses capable of providing this support. The Security Assistance Management Directorate (SAMD), AMSAM-SAA-SR is conducting a market survey to determine the availability of contractors capable of providing Integrated Maintenance Support Services (IMSS) Contract for a 12-month timeframe with four 12-month options. Aviation Unit Maintenance (AVUM) and Aviation Intermediate Maintenance (AVIM)support service as required to maintain a fleet consisting of 60 aircraft that includes UH-60M Black Hawk helicopters, AH-64D Block III Apache helicopters, and AH-6i Light Attack helicopters in Riyadh, Saudi Arabia. Support services should be based on an annual flight program of two hundred (200) flight hours per aircraft and an objective Operational Readiness (OR) rate of seventy five (75) percent Fully Mission Capable. The Contractor shall ensure personnel are technically qualified to support AVUM and AVIM level maintenance. With this level of maintenance, the Contractor personnel are required to have flight line experience and be capable of utilizing UH-60M, AH-64D Block III, and AH-6i test equipment and able to perform flight line repairs. Contractor personnel shall be knowledgeable of the US Army Aviation Maintenance System and familiar with technical manuals for the aircraft. The Contractor shall insure an On the Job Training (OJT) plan/program is implemented for each designated maintainer position. Designated personnel shall undergo OJT. The Contractors OJT Manager shall maintain training records and make the records readily available for inspection when requested by US Government or Senior personnel. Contractor is to receive production aircraft requiring unloading from shipping vessels/aircraft, reassembling, and test flight. Upon request of the Commander or his designated representative and authorized by the contracting officer, the contractor shall procure services outside the confines of Saudi Arabia in support of the Aviation Program. Provides augmentation to the General Staff to assist in the performance of staff functions in the areas of Operations, Training and Logistics and the requirements involved in the operation of a Command Headquarters. Augmentation personnel perform under the direct supervision of the country. Provides for the Contractor to contract with commercial repair vendors for the repair and return of Aviation components and parts. It is anticipated that any resulting solicitation will be for a Cost Plus Fixed Fee (CPFF), requirements type contract with a NAICS code of 488190. Vendors interested in responding to this sources sought synopsis shall provide a technical capabilities statement that describes the firm's expertise in performing the requirements of this sources sought request. The technical capabilities statement shall include a cover page containing the company's name, address, CAGE code, Dun & Bradstreet number, years in business, affiliate information, parent company, joint venture partners, NAICS, business size/socio-economic status, government business point-of-contact name, phone number, and e-mail address. Additionally, the interested party shall provide a list of all current Integrated Maintenance Services Support contracts (if applicable). The technical capabilities statement provided in response to this Sources Sought Notice is NOT to be considered a response to Request for Proposal (RFP) in that no RFP exists at this time. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses will not restrict the Government to a particular acquisition approach or be construed as a commitment by the Government. The Government will not pay for the information requested herein. Evaluation results will not be provided to contractors responding to this synopsis. No phone calls will be accepted. Responses shall be in writing and sent by email to Cynthia Hargrove, Cynthia.hargrove@peoavn.army.mil. The responses shall be submitted no later than 2:00 P.M. CST (local Redstone Arsenal, Al) on June 4, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4b29b513e15cce3858dbda7113daf148)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02755076-W 20120524/120523000046-4b29b513e15cce3858dbda7113daf148 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |