MODIFICATION
J -- Fixed Wing PWS
- Notice Date
- 12/9/2016
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 11th Contracting Squadron, 1349 Lutman Drive, Joint Base Andrews, Maryland, 20762-6500, United States
- ZIP Code
- 20762-6500
- Solicitation Number
- Fixed_Wing_PWS
- Archive Date
- 1/24/2017
- Point of Contact
- Christina Gallagher, Phone: 2406125674, Craig L. McClain, Phone: 2406125660
- E-Mail Address
-
christina.m.gallagher2.mil@mail.mil, craig.l.mcclain.civ@mail.mil
(christina.m.gallagher2.mil@mail.mil, craig.l.mcclain.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- •1. This is a Sources Sought Synopsis for market research purposes only, and is not a Request for Proposal (RFP). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation, nor does it restrict the Government to a particular acquisition approach. •2. This sources sought is being published to identify potential sources capable of providing fixed wing aircraft maintenance and back shop support as indicated in the attached PWS. Additionally, this notice serves as an opportunity for industry to provide feedback and questions relating directly to this requirement. •3. The North American Industry Classification Systems (NAICS) Code proposed for this requirement is 488190, Other Support Activities for Air Transportation. The size standard for NAICS 488190 is $32.5M. Comments on this NAICS and suggestions for an alternative NAICS code must include supporting rationale. •4. Your response shall identify your business size (large or small) in relation to this NAICS code. •5. The government requests interested parties submit a brief statement of capability/description on their company's business size (i.e. annual revenues and employee size), and business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, and small business). •6. DESCRIPTION OF SERVICES: The contractor will provide fixed wing aircraft maintenance and back shop support to the Very Important Person Special Air Mission (VIPSAM) fleet of the 89 Airlift Wing (AW), located at Joint Base Andrews (JBA), Maryland. The contractor ensures the safe and timely transportation of 89 AW customers worldwide, which include the President of the United States, the Vice President, Cabinet officials, members of congress, and senior civilian, military and foreign leaders. This is a 24-hour a day, 7-day a week (24/7), no fail, high expectation mission. The 89 AW, as well as their customers, count on these services to provide world-class airlift services. The requirement fully supports the 89 AW with limited support to 11 Wing (11 WG). The contractor for this requirement will deliver high mission qualified maintenance personnel, capable of executing unequaled worldwide VIPSAM maintenance support that is safe, reliable, comfortable, connected, and protected from mission tasking to mission return. The contractor for this requirement will provide mission ready aircraft, Special Airlift Program (SAP) assets, and aircraft support equipment to transport America's senior civilian and military leaders. This includes all equipment, tools and vehicles, not government provided, to meet the VIPSAM requirement. Additionally, the contractor for this requirement will provide limited (specialist) on-equipment and off-equipment (back shop) aircraft maintenance support for the PAC and the 11 WG assigned aircraft (helicopter fleet). •7. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above. The statement of capability shall include: •a) Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. •b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. •c) Business size for NAICS 488190 (size standard $32.5M) and status. •d) DUNS number, CAGE code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) to be considered as potential sources. •8. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries responses to this notice may be used in the development of an acquisition strategy and a future RFP (if applicable). The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 ½ x 11-inch pages. •9. Contractors capable of providing these services should submit a Statement of Capability containing the above referenced information via e-mail to SSgt Christina Gallagher at christina.m.gallagher2.mil@mail.mil. Each submission shall be virus scanned prior to being sent. Electronic submission is required. •10. Any questions, comments or concerns relating to this requirement/information provided in the attached documents shall be emailed to SSgt Gallagher at christina.m.gallagher2.mil@mail.mil. All questions and feedback will be consolidated and responses to these inquiries will be posted to FBO. If clarification is required, you will be contacted directly. •11. Capability statements, questions and feedback shall be received no later than 09 January 2017, 8:00 am Eastern Time Zone. •12. E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/89CONS/Fixed_Wing_PWS/listing.html)
- Place of Performance
- Address: Joint Base Andrews, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN04347654-W 20161211/161209233712-60179d5f4f76b518b46248cbf0d802a8 (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 |