Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SOURCES SOUGHT

J -- Flight Test Aircraft Maintenance Redstone Test Center Aviation Flight Test Directorate - Summary of Requirements_AFTD

Notice Date
4/25/2017
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-17-RFI-AFTD
 
Archive Date
6/9/2017
 
Point of Contact
Robin M. Delossantos, Phone: 4102785417, Erin K. Weber, Phone: 4103062790
 
E-Mail Address
robin.m.delossantos.civ@mail.mil, erin.k.weber.civ@mail.mil
(robin.m.delossantos.civ@mail.mil, erin.k.weber.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Synopsis: This is a request for information (RFI) only, which, as part of market research, is being issued in accordance with Federal Acquisition Regulation (FAR) subpart 15.201(e). The Army Contracting Command - Aberdeen Proving Ground (APG), is seeking information concerning the interest and availability of capable contractors to provide maintenance of flight test aircraft located at Redstone Test Center (RTC), Redstone Arsenal, Alabama. This is a market survey for informational purposes only. This RFI shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. It is anticipated that any resulting contract will be awarded as an 8(a) Small Business Set Aside. Therefore, the Government requests that only 8(a) Small Business concerns respond to this notice. Period of Performance is anticipated to be up to five years, which includes a base year and four option periods. A summary of the requirements and scope for the flight test aircraft maintenance effort at Redstone Arsenal is attached. This summary is intended to explain the broad requirements of RTC's Aviation Flight Test Directorate (AFTD) to identify potential offerors and obtain industry comments only. This summary is not a draft Performance Work Statement and is subject to change at the Government's discretion. The results of this request will be used to refine the Performance Work Statement requirements as well as complete the Acquisition Strategy/Approach, and other acquisition documentation required to support procurement of this capability. Background: RTC has the need for aircraft maintenance and maintenance test flight support/expertise at the Redstone Army Airfield in support of aerial and ground test and support operations on a fleet of approximately 70 test article standard/non-standard aircraft. The fleet is comprised of the modern army aircraft, Model Design Series (MDS) including combinations of modern rotary and fixed wing aircraft to include: T-6D Texan, AH-64D/E, UH-60A/L/M/V, and CH-47D/F/G aircraft that are being modified for test. Additional expansion for maintenance efforts in the future may include unmanned aerial system platforms and other MDS aircraft. RTC performs field/fleet maintenance sustainment and limited depot/overhaul maintenance on the aircraft mentioned above. The AFTD aircraft maintenance support package requires support for all associated aviation maintenance back-shop efforts to include; production control shop, technical inspector shop, technical supply (Class IX management), fabrications/sheet metal, tool room, armament/avionic & electrical (AAE), ULLS-A, training, and other efforts as outlined in the Army Aviation Maintenance manual (TC 3-04.7). Additionally, requirements for the effort include flight crew member records management for the maintenance test pilot and other flight crew members. RFI Purpose: The purpose of this synopsis is to conduct Market Research and to gain knowledge of interest, capabilities and qualifications of potential sources interested in providing the services for aviation maintenance in support of Army aviation flight test. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. Proprietary information is not being solicited. RFI Responses: Please include in your response, a statement of capabilities as it relates to this effort, as well as a statement about your 8(a) Small Business size status. Please include information on any certifications currently held by the company, especially as it relates to ISO 9001 Quality Management Systems-Requirements, SAE-AS 9100 Quality Management Systems-Aerospace Requirements or a Department of Defense approved quality system single process initiative (SPI). Provide information as to previous contracts that the firm has executed and explain the relevance of the past project to the scope of the aviation maintenance need described herein. Include the magnitude of the past project along with contract numbers, description of work, points of contact, phone numbers, professional qualifications and specific experience of personnel identified to perform the work as well as any other information that would enable the government to assess a firm's capabilities. Additionally, please include responses to the question listed below. Responses to the RFI should be limited to 20 single sided pages. All information included in the offeror responses should be specific to this Synopsis. Contact with Government personnel regarding this RFI is restricted to email correspondence through the POC listed below. Email is the preferred method of communication. Telephone calls will not be accepted. All interested parties shall send the required information electronically, along with responses to the RFI questions below to Ms. Robin Delossantos, email: robin.m.delossantos.civ@mail.mil. All responses must be received NLT 25 May 2017 at 11:00am Local Maryland Time. Request for Information: Please include with your response the following information in New Times Roman font size 12. 1. Please provide the following Point of Contact Information: Company Name: Address: Point of Contact: Phone Number: Fax Number: Email Address: CAGE Code: 2. Contractors working on Army system development programs may not participate in ATEC support contracts for operational testing and evaluation. In order to address OCI issues early in the acquisition process, please respond to the following: a. Describe the process used to complete an enterprise review across all business and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. b. If there are any potential or actual OCIs in your company, you will be required to submit a full and comprehensive OCI mitigation plan when you respond to the request for proposal. At this time, briefly discuss your OCI mitigation plan which should address each actual or potential OCI. 3. Please identify your company's size standard per the primary NAICS code of 488190. The Small Business Size Standard for this NAICS code is 32.5 Million per the U.S. Small Business Administration (SBA). For more information on small business, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business: Small Business (SB): 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: 4. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question 3, then is your company intending to submit a proposal as a prime contractor? 5. Is your company capable of performing at least 50% (percent) of the work? If so, please explain how your company will perform the work. 6. Is your company prepared to assume financial liability for damages to government equipment and property incurred as a result of your performance of work under this contract? Please explain. 7. Does your company possess the capabilities to provide the entire range of services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide? 8. Please provide the following information for up to 3 examples of similar work that your company has performed. The examples provided should clearly demonstrate understanding and experience with similar efforts to the attached summary of the requirements and scope: a) Contract number(s). b) Aggregate dollar value of entire contract. c) Aggregate dollar value of task orders you prime on each Multiple Award Contract (MAC). d) Number of task orders you prime on MAC. e) Describe how this work was similar in scope? 9. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 11. Does your company have or is it capable of obtaining a TOP SECRET facility clearance? 12. Is your company able to provide employees who are US citizens and capable of obtaining at least a SECRET clearance? 13. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award? As it relates to your company's purchasing system, please demonstrate your company's ability to meet and address the 40 DCMA and 24 DFARS system criteria. (DFARS 252.244-7001) 14. Please provide additional information that you believe we should know about your company in support of this RFI. 15. As experts in your field, please provide additional comments to assist the government in this fact finding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b715ab0f33f5ea4f2334409b68100abb)
 
Place of Performance
Address: Redstone Test Center, Huntsville, Alabama, United States
 
Record
SN04484068-W 20170427/170425234240-b715ab0f33f5ea4f2334409b68100abb (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.