SOURCES SOUGHT
J -- E-6B Contractor Logistics Support (CLS)
- Notice Date
- 7/31/2013
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- E-6B_CLS
- Archive Date
- 9/10/2013
- Point of Contact
- Ryan M. Delaney,
- E-Mail Address
-
ryan.delaney@navy.mil
(ryan.delaney@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT INTRODUCTION: The Naval Air Systems Command (NAVAIR) E-6B Airborne Strategic Command, Control and Communications Program Office (PMA-271) is seeking information regarding the current level of technology and capability of the commercial sector to provide Contractor Logistics Support (CLS) in a military environment to support the E-6B fleet. The results of this Sources Sought will be utilized to develop the acquisition strategy and determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. This is a SOURCES SOUGHT requesting both LARGE and SMALL businesses provide interest and capabilities statements for United States Navy (USN) E-6B Mercury aircraft logistics support and aircraft support equipment maintenance. Responses from LARGE and SMALL businesses are being considered at this time. The Government will not respond to inquiries regarding the status of the solicitation. Status updates will only be announced and posted by the Government via the Federal Business Opportunities (FBO) website available at https://www.fbo.gov/. PLACE OF PERFORMANCE: The customer recipients of CLS are Commander, Strategic Communications Wing One and Fleet Air Reconnaissance Squadrons Three (VQ-3) and Four (VQ-4) located at Tinker Air Force Base (AFB), Oklahoma; Fleet Air Reconnaissance Squadron Seven (VQ-7) located at Travis AFB, California; Naval Air Station Patuxent River, Maryland; Offutt AFB, Nebraska; Systems Integration Lab (SIL) at Patuxent River, Maryland; P-2 Lab at Richardson, Texas; Center for Naval Aviation Technical Training and the Enhanced Phase Maintenance program at Tinker AFB, Oklahoma. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT IS A MARKET RESEARCH GATHERING TOOL USED TO DETERMINE POTENTIAL BUSINESS FIRMS CAPABLE OF PROVIDING THESE SERVICES. 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. PROGRAM BACKGROUND: The work described in this Sources Sought announcement is currently being provided under contract N00019-11-C-0011 by DRS C3 & Aviation. The current contract is being performed under a hybrid of Firm-Fixed Price and Cost Reimbursable line items. Additional information regarding the current contract may be obtained by submitting a Freedom of Information Act (FOIA) request via the NAVAIR FOIA website http://foia.navair.navy.mil. REQUIRED CAPABILITIES: The intended follow-on contract will potentially be a hybrid contract with Firm-Fixed Price (FFP) and Cost Reimbursable line items. The period of performance is intended to include a base period of 12 months and nine (9) successive option periods of twelve (12) months each. NAVAIR anticipates a contract award estimated in first quarter of fiscal year (FY) 2016. If each of the nine option periods are awarded, the estimated period of performance would be calendar year 2015 through 2025. NAVAIR is investigating the optimal period of performance for this requirement and will utilize the responses to this Sources Sought to help determine how many option periods will be included in the acquisition strategy. Therefore, it is specifically requested that vendors provide feedback on the desired length of the contract and any issues that would negatively impact a ten-year period of performance. NAVAIR intends to structure the contract with between four and option periods. Support will be utilized in an Organization to Depot (O to D) maintenance environment, and will encompass CLS Program Management, Supply Support, Support Equipment (SE) to include Maintenance and Training, Packaging, Handling, Storage and Transportation (PHS&T), as well as metrics data collection, management, and reporting. No engineering or aircraft maintenance support will be required. Interested vendors are requested to provide information on current products and services, relevant history, and evidence of past performance /capability. Of particular interest to the Navy are the following topics / services: 1. Supply Management Data Base -- Government access, experience linking to Naval Aviation Logistics Command Management Information System (NALCOMIS) Optimized Organizational Maintenance Activity (OOMA) System, customized reports / downloads 2. Experience performing contract transitions - - Length of time required and other suggestions, as applicable 3. Experience executing repairs/procurements in a fixed price environment 4. Contract Incentives tied to performance metrics -- industry ideas and success associated with effective implementation of performance metrics in a CLS performance based contracting environment ELIGIBILITY: The applicable North American Industry Classification System (NAICS) code for this requirement is 488190, Aircraft maintenance and repair services (except factory conversion, factory overhaul, factory rebuilding) for which the applicable size standard is $30M. The Federal Product and Service Code (PSC) is J015 (Maintenance, repair, and rebuilding of Equipment - Aircraft and Airframe Structural Components). SUBMISSION DETAILS: Interested parties are hereby requested to submit statements of interest and capabilities via e-mail to Ryan Delaney, NAVAIR Contract Specialist, at ryan.delaney@navy.mil. All vendor correspondence in response to this announcement shall include "E-6B CLS Sources Sought Response" on the e-mail Subject line, as well as on all enclosed documents. The e-mailed submissions shall be received by Mr. Ryan Delaney no later than 03:00 PM EST on 26 August 2013. No telephone inquiries will be accepted. Due to security limitations of the Navy Marine Corps Intranet, please keep all submissions less than or equal to 5MB. Information and materials submitted in response to this request WILL NOT be returned by the Government. Classified information or material SHALL NOT be submitted. Interested businesses shall prepare the interest and capability statement packages using Microsoft Word (no more than 10 pages (not including cover page), size 8.5 x 11 inches, with font no smaller than 10 point). All documents shall include Company Name, Company Address, Technical, Program, and Contracts Points of Contact (POC) including name, phone number, fax number, and e-mail addresses. The interest and capability statements shall address the following: • Specific relevant technical and management experience performed in the past five years with applicable contract numbers. • Company business size and status (i.e., 8(a), SDVOSB, etc.). • Optimal number of option periods or recommended length of contract vehicle. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a draft and/or official solicitation is released, it will be synopsized and made available on the Federal Business Opportunities website located at http://www.fbo.gov. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. INDUSTRY DAY: PMA-271 may decide to hold an Industry Day on a future date to provide interested parties with additional information and solicit feedback on the E-6B CLS requirement. Please continue to monitor the http://www.fbo.gov website for further announcements related to this effort. NOTE: Contractors must be registered in the System for Award Management (SAM) to be eligible for award and payment from any DoD activity. Information on registration may be obtained accessing the SAM website at https://www.sam.gov/portal/public/SAM/. Also, awardees will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment IAW DFARS 252.232-7003. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/E-6B_CLS/listing.html)
- Record
- SN03133690-W 20130802/130801000512-a0db281e4fecd27ecfddbefc77aa5b94 (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 |