SOURCES SOUGHT
J -- PMA-274 Aircraft Maintenance and Support Services - DRAFT Performance-Based SOW
- Notice Date
- 11/20/2012
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- N00421-13-R-0069
- Archive Date
- 12/21/2012
- Point of Contact
- Amber L. Tucker, Phone: 3017573323, Robin Suite, Phone: 3013424823
- E-Mail Address
-
amber.l.tucker@navy.mil, robin.suite@navy.mil
(amber.l.tucker@navy.mil, robin.suite@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Presidential Helicopters RDT&E, Logistics, and Maintenance Support DRAFT PBSOW dated 13 November 2012 INTRODUCTION The Naval Air Systems Command, Aircraft Support Contracts Department (AIR 2.5.1.12), Patuxent River, MD is seeking information for potential sources to support the procurement of Research, Development, Test & Evaluation (RDT&E), Logistics, and Maintenance Support Services for PMA-274 Presidential Helicopter Support Facility (PHSF) on a competitive basis. The results of this Sources Sought will be utilized to determine the extent of competition and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. PLACE OF PERFORMANCE Percentage of Effort NAS Patuxent River, MD 96% MCAF Quantico, VA* 4% *If all Option CLINs are exercised 100% of effort at NAS Patuxent River and/or Quantico will be performed on a Government Site. 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 CONTRACT 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 that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It will also be utilized to determine if any Small Business Set-Aside opportunities exist. The PSC for this requirement is J015. The NAICS code for this requirement is 488190, with a size standard of $30.0M. All interested businesses are encouraged to respond, but only those businesses or teaming arrangements that are considered small under NAICS 488190 will be considered for small business set-aside decisions. ANTICIPATED PERIOD OF PERFORMANCE - One (1) base year with four (4) one (1) year Options. PROGRAM BACKGROUND REQUIREMENT OVERVIEW This requirement is for technical services to support Contractor Logistic Support (CLS), Research, Development, Test and Evaluation (RDT&E) support and aircraft maintenance support and services on designated aircraft in direct support of the Naval Air Systems Command (NAVAIR) Presidential Helicopter Support Facility (PHSF) Program Office, PMA-274. The program office has responsibility for providing current and future safe and timely helicopter transportation for the President and Vice President of the United States, heads of state and other official parties. The global nature of these commitments requires aircraft to deploy worldwide and operate in varying environmental and climatic conditions without mission degradation. A portion of the PMA-274 Program Manager's responsibilities include the continual evaluation of both legacy system sustainment and supportability requirements as emergent technologies, capabilities and modified mission needs are identified. The Direct/Indirect support are to perform organizational, intermediate, and depot level maintenance support and services. Currently these aircraft include heavily modified and unique NVH-3A and NSH-60F which will transition to support for the replacement helicopter system (VXX). The Contractor will also provide transient support and oversight for any of the primary aircraft assigned to HMX-1; i.e. VH-3D, VH-60N, MV-22, UH-60N and UH-3D, aircraft periodically hosted by PMA-274. The contractor shall be responsible for performing maintenance control, material control, upkeep of technical publications and Naval Aviation Training and Operating Procedures Standardization (NATOPS) dispersed library, aircraft logs and records, aviators equipment, safety and survival equipment, armament and ordnance, avionics, electrical, airframes (including hydraulic, pneumatic, and utility), environmental/egress, power plants (gas turbine), line, SE, Dynamic Drive, corrosion control, tool room and Individual Material Readiness List (IMRL) program support, hazardous materials management, and upkeep (scheduled and unscheduled) of aircraft maintenance facilities and support equipment as approved by the Technical Point of Contact (TPOC). In addition, the Contractor shall provide support to the Project Liaison Office (PLO), aircraft safety/hazardous spill containment patrols, and aircraft recovery services for Hangar 2805, as well as any additional tasking contained in the DRAFT Performance-based Statement of Work (PBSOW). The performance of services is described in the attached Draft Performance Based Statement of Work (PBSOW). The Contract Type is anticipated to be a Cost Plus Fixed Fee (CPFF) with an estimated Level of Effort (LOE) of 314,400 man-hours over the five year period with Overtime Level of Effort (OLOE) of 21,080 man-hours over the five year period. Established Option CLINs, if exercised, represent an additional estimated total Level of Effort of 462,780 man-hours over the five year period with additional Overtime Level of Effort of 8,605 man-hours over the five year period. Option requirements are noted in the draft PBSOW and may or may not be required over the period of performance of the contract. ELIGIBILITY The applicable NAICS code for this requirement is 488190. The Product Service Code (PSC) is J015. INCUMBENT The incumbent contractor for this effort is National Technologies Associates Inc., Contract Number N00421-12-C-0035. SUBMISSION DETAILS Interested businesses shall submit a brief capabilities statement package (no more than fifteen 8.5 X 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the services listed in the attached "DRAFT" Performance Based Statement of Work (PBSOW). Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address. The documentation must address, at a minimum, the following: (1) Provide the type of work your company has performed in the past in support of same/similar requirement(s). Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein; (a) Describe the specific technical skill and experience which your company possesses which will ensure capability to perform requirements as outlined in the draft performance work statement. (2) Resources available such as corporate management and currently employed personnel to be assigned to this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at Patuxent River. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel. (3) The majority of the labor categories required for this effort must have Yankee White access to perform their work. For Yankee White access the Contractor shall comply with DoD Directive 5210.55 (Presidential Support Program) and DoD Instruction 5210.87 (Selection of DoD Military and Civilian Personnel and Contractor Employees for Assignment to Presidential Support Activities (PSAs). Provide a statement regarding capability to obtain the required industrial security clearances for personnel. The full description of the personnel security requirements can be found in the draft PBSOW Section 7.2.2. (4) Provide a statement regarding the company's ability to begin performance upon contract award with required security clearances as described in item (3) above. (5) Please note that, in accordance with FAR 52.219-14, under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort. (6) Provide comments and questions regarding any restrictive or confusing aspects of the "DRAFT" Performance Base Statement of Work (PBSOW) (This portion of your response does not count against the 15 page limit; however, questions should be limited to an additional 3 pages maximum). Input is for NAVAIR consideration only and no responses will be posted at this time. The capabilities statement package shall be sent by mail to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, AIRCRAFT SUPPORT CONTRACTS DEPARTMENT (AIR 2.5.1.12), Bldg. 441, Unit 7, ATTN: Ms. Amber L. Tucker, Contract Specialist, 21983 Bundy Road, Patuxent River, MD 20670-1127 or by e-mail to amber.l.tucker@navy.mil. Questions or comments regarding this notice may be addressed to Amber Tucker, at amber.l.tucker@navy.mil or alternatively at (301) 757-3323. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release. Submissions shall be received at this office no later than 4:00 p.m. Eastern Standard Time on 6 December 2012. Information and materials submitted in response to this request WILL NOT be returned.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00421-13-R-0069/listing.html)
- Place of Performance
- Address: Presidential Helicopter Support Facility, Patuxent River, Maryland, 20670, United States
- Zip Code: 20670
- Zip Code: 20670
- Record
- SN02935284-W 20121122/121120235311-76e6509875329758960b974a3605fbd8 (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 |