SOURCES SOUGHT
16 -- T-34/T-44 Landing Gear Overahaul and Repair - GFP List - Draft PWS
- Notice Date
- 2/3/2015
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- 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
- N00019-15-R-0058
- Point of Contact
- Martha Scott, Phone: (301) 757-7194, Noelle D Reimers, Phone: 301-757-8984
- E-Mail Address
-
martha.scott@navy.mil, noelle.reimers@navy.mil
(martha.scott@navy.mil, noelle.reimers@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS for Landing Gear Overhaul and Repair List of Government Furnished Property THIS SOURCES SOUGHT SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research/investigation tool being used to determine the adequacy of potential business sources, especially small business sources, prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. The requested information is to assist the United States Navy in conducting market research of industry to determine potential business sources who have the assets, skills, experience, financial stability, qualifications and knowledge required to support the below requirement. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal RFP which would be announced on FedBizOpps. Please note: This sources sought posting is a follow-up to the prior posting for this effort under N00019-13-R-0094. The Naval Air Systems Command (NAVAIR) Undergraduate Jet Flight Training, Patuxent River, MD is seeking firms capable of providing landing gear overhaul and maintenance for the T-34 and T-44 aircraft in accordance with established intervals and specifications. The T-34 and T-44 aircraft were procured as commercial derivative aircraft certified under an FAA type certificate in the 1970's. The T-34 and T-44 are primarily utilized for naval aviator training at NAS Corpus Christi, TX. These aircraft operate in and around the Gulf of Mexico at low altitude in a highly corrosive environment. It is anticipated that the landing gear has excessive corrosion and there is a significant amount of uncertainty associated with the material condition of the landing gear. The contractor shall provide all labor, services, engineering, equipment, tools, facilities, technical data, and parts and materials to accomplish the inspection, overhaul, and repair of the T-34 and T-44 aircraft landing gear components. Landing gear overhaul and repair shall be performed in accordance with established intervals and specifications. Further detail is provided in the draft T-34 and T-44 Overhaul/Repair Performance Work Statement (PWS) and the Listing of Government Furnished Property attached to this announcement. Release of a formal RFP is anticipated in the fourth quarter of fiscal year (FY) 2015 with proposals due 30 days after RFP release. This effort is anticipated to include a one-year base contract and four one-year options. The proposed contract is anticipated to be a services contract, subject to the Service Contract Act. The applicable NAICS code for this requirement is 336413, Aircraft Maintenance and Repair Services (except factory conversion, factory overhaul, factory rebuilding), with a Small Business Size Standard of 1,000 employees. The Product Service Code is J016 (Maintenance and repair of aircraft components). This work is currently being performed organically by the U.S. Navy at a Fleet Readiness Center facility. It is requested that interested small and large businesses carefully review the attached draft PWS and Listing of Government Furnished Property, and submit to the contracting office a capabilities statement package (no more than 10 pages in length, single-spaced, and 10 point font minimum). All responses shall include company name, company address, and a main and alternate point-of-contact who are able to discuss the material submitted. Point-of-contact information shall include name, position, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services in the PWS and shall provide the following information: 1. Summarize the company's capability to meet the draft Performance Work Statement (PWS) requirements objectives and perform a contract of this magnitude. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (a) landing gear overhaul, repair, and maintenance activities, (b) Federal Aviation Administration (FAA) regulations and guidelines for the maintenance, operation, and Depot level repair of comparable landing gear, and (c) successful operation of an approved FAA Title 14 Part 145 Repair Station. 2. Prior/current experience and performance of requirements of this type, size, and complexity of effort within the last 5 years. For each such experience referenced, please provide contract number, organization supported, indication of whether performance was as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the requirements objectives. 3. Provide the Company's current supply chain relationship with Beechcraft Defense Company and/or detailed evidence of the ability to establish the required supply chain with the T-34C/T-44 landing gear manufacturer not later than the anticipated proposal due date. 4. Provide the Company's business relationships with certified T-34C and T-44 landing gear parts and material vendors. 5. State the Company's ability to begin performance thirty (30) days following a contract award. 6. Provide the Company's ability to perform repair and overhaul requirements of T-34C and T-44 landing gear Weapons Replaceable Assemblies (WRAs) by evidence of current FAA certificate rating and/or the ability to receive FAA T-34C and T-44 WRA certification rating by anticipated proposal due date. 7. Provide a company profile to include major products/services, primary customer case, number of employees, annual revenue history, office location(s), CAGE Codes, and DUNs number. 8. Provide a statement regarding current Small Business Administration (SBA) business size and socio-economic classification(s) under NAICS code 336413 (i.e., small, small disadvantaged, women-owned, HUBZone, or service disabled, veteran-owned Small Business Concern), and a statement whether your interest in this effort is as a prime offeror or to express interest regarding subcontracting possibilities. 9. Under a Small-Business Set-Aside, in accordance with FAR 52.219-14, a small business prime must perform at least 50% of the work themselves in terms of the cost of performance. If your company is a small business under the applicable NAICS code, provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. Capability statements shall be submitted in either Microsoft Word or Portable Document Format (PDF) by email and received by this office no later than 2:00pm Eastern Standard Time (EST) on 19 February 2015. The email and all enclosed documents shall reference N00019-15-R-0058. Emails shall be directed to Martha Scott, at martha.scott@navy.mil, with a ‘cc' to Noelle Reimers, at noelle.reimers@navy.mil. All questions regarding this Sources Sought posting must be submitted via email to Ms. Scott. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. This request is for informational purposes only. The Government does not intend, nor is under any obligation, to provide responses or comments on the submitted capability statement package. The NAVAIR Freedom of Information Action (FOIA) website is available at http://www.navair.navy.mil/foia. NOTE: Contractors must be registered in the System for Award Management (SAM) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for SAM may be obtained by calling 866-606-8220, or by accessing the SAM website at https://www.sam.gov. Also, should the Government release an RFP for this effort, the successful offeror will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 866-618-5988.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-R-0058/listing.html)
- Record
- SN03631276-W 20150205/150203234412-5594a50ffe2caa9eb665f4f2faf1f9c7 (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 |