SOURCES SOUGHT
16 -- Davison Army Airfield Flight Activity Support and Aircraft Maintenance
- Notice Date
- 11/21/2017
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
- ZIP Code
- 22331
- Solicitation Number
- W909MY-18-R-A008
- Point of Contact
- Justin D. Lumpkin, Phone: 7037040819, Paul Price, Phone: 7038067670
- E-Mail Address
-
justin.d.lumpkin2.civ@mail.mil, paul.l.price.civ@mail.mil
(justin.d.lumpkin2.civ@mail.mil, paul.l.price.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION: Davison Army Airfield Flight Activity Support and Aircraft Maintenance REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for information purposes only; it is not an Invitation for Bid (IFB), a Request for Proposal (RFP), or a Request for Quotation (RFQ). No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and information and materials received in response to this RFI and is in no way obligated by the information received. Any costs incurred by interested companies in response to this announcement will NOT be reimbursed. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). INTERESTED PARTIES ARE RESPONSIBLE FOR ADEQUATELY MARKING PROPRIETARY OR COMPETITION SENSITIVE INFORMATION CONTAINED IN THEIR RESPONSE. NOTE: The use of RFI Number W909MY-18-R-A008 is for tracking purposes only. All interested parties are encouraged to respond by submitting a white paper. The ideas presented in the white paper will be discussed and assessed by U.S. Army RDECOM U.S. Army Communications - Electronics Research, Development and Engineering Center's (CERDEC) Night Vision and Electronic Sensors Directorate (NVESD) and other Government agencies involved in Flight Activity Support and Aircraft Maintenance research and development. BACKGROUND/ DESCRIPTION: The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Belvoir Division is conducting market research on behalf of the U.S. Army CERDEC NVESD, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this RFI is to identify potential sources that have the skills experience, knowledge, and capabilities required to perform flight test aircraft maintenance and flight activity support at Davison Army Airfield. NVESD flight test facility has provided aircraft, both Fixed Wing (FW) and Rotary Wing (RW), in support of airborne sensor testing. These aircraft have changed over the course of Army Aviation history. Contract Maintenance has been at the core to support these assets. DESCRIPTION OF REQUIREMENTS: NVESD has the need to perform flight test aircraft maintenance at Davison Army Airfield on a fleet of approximately four (4) test aircraft. The fleet includes two (2) UV-18A, Twin Otter's one (1) HH-60M and one (1) YUH-60B Blackhawk aircraft assigned to ASD Aviation Branch. The contractor will be required to perform Aviation Unit Maintenance, Aviation Intermediate Maintenance, and limited depot level services on the aircraft assigned to the ASD Aviation Branch I/A/W US Army Maintenance standards. The contractor will also be required to provide non-rated crewmember night vision goggle observer positions, UH-60A/M maintenance test pilot, quarterly aviation life support equipment inspections and aviation logistics functions as a part of the scope of maintenance effort. This is a market survey to identify all parties interested in taking part in this entire effort as a prime contractor. Please provide the following information no later than 21 December 2017. Future communications related to this program will be distributed based on interested parties list. Sources responding to this request for information must provide the following information: 1. Brief Summary of the company. Company Information Company Name: Company CAGE Code: Company DUNS Number. If your Company holds a GSA Schedule contract (541 or other), please provide the Schedule number. Company Address: Company Phone #: Company email: Company Representative and Business Title: Company Socioeconomic Classification: Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 488190. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: Small Business (SB), (8) (a), Woman-Owned (WOSB), Economically-Disadvantaged Women-Owned (EDWOSB), Veteran-Owned and Operated (VOSB), Service-Disabled Veteran-Owned (SDVOSB), or Historically Underutilized Small Business-Zone (HUBZone), Historically Black College and Universities/ Minority Institutions (HBCU/MI) 2. Do you plan to prime? If so, continue to question #3. 3. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide? If company requires acquiring or building new capabilities, describe the effort and timeline required. 4. Discuss your qualifications in performing flight test aircraft maintenance and flight activity support or similar efforts. For any previous effort, please provide Contract Number, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. 5. Does your company have experience working with Government airfields providing aircraft maintenance and flight activity support as part of a Public Private Partnership Workshare as described in the "DESCRIPTION OF REQUIREMENTS" section above, or other Public Private Partnership Workshare? If so, use the following template. Capabilities: Provided the requested information for up to five (5) projects your company/team has performed within the past five (5) years. Complete one table per project. Agency/Customer: Project Name: If you have experience as a prime contractor, please provide as much of the following information as possible: a. Contract number(s) b. Identify the agency or non-government customer, Point of Contact (POC), email address, phone number, and a brief description of your direct support of the effort. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar items commercially. c. Aggregate dollar value of entire contract you were the prime. d. Is the work similar in scope to that of the above performance capabilities and attributes? e. Period of Performance (for base and options). f. Were you the Prime or Subcontractor? g. Description of Work Performed. h. Security Clearance Requirements (number of personnel and level of clearance and/or designation). 6. What is your estimated schedule for the flight activity support and aircraft maintenance? 7. Given the listing of data available in the "DESCRIPTION OF REQUIREMENTS" section above, does this list represent an adequate amount of data to complete the effort? If not, what additional technical data would your company require in order to execute the described effort? Contractor is encouraged to provide details on impact of any technical data needs including cost or schedule impacts from lack of technical data at the start of the project. 8. Is your company certified by a quality management system (QMS) standards organization? If so, which one? 9. If your company is planning on business arrangements with other companies, please list the capabilities or services provided by these or other companies that would contribute to this effort. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy these requirements. Respondents are encouraged to identify teams, indicating each team member's size based upon NAICS code of the work that the team member may be doing. 10. Does your company have experience as a prime contractor administering contracts? If so, please provide as much of the following information as possible: contract number(s), dollar value, production volume, and similarity of scope and effort. 11. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 12. Does your company have a SECRET facility or access to one should it be required? 13. Do all the employees that would support this requirement have a security clearance? If not, what percentage of employees that will be involved in this effort, have a security clearance? 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 15. Where would the flight activity support and aircraft maintenance take place? If it is in a foreign country, do you have any contracts with the U.S. Government involving engineering and production at the planned facility? How do you intend to comply with ITAR laws and regulations? THE FOLLOWING ONLY APPLIES TO THE SMALL BUSINESS RESPONDENTS: In addition to the above, small businesses responding should provide the following information (questions 16-19 will not count against the 20 page limit) 16. If you are a small business and plan to prime please inform how you will meet the limitations on subcontracting Clause 52.219-14. 17. Under the current SB size standard, do you anticipate your company remaining a small business, under the stated NAICS code 488190? 18. If you are a small business, can your company sustain if not paid for 90 calendar days? Interested parties with the capabilities to meet the above requirements should electronically submit White Papers of not more than twenty-five (25) pages, 8.5" x 11" paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around, discussing your company' ability to meet the above requirements. The response should include a complete discussion of the ability to meet the above stated characteristics and capabilities, contractor's facility availability and staffing capabilities. The supporting documentation must be in sufficient detail to enable the Government to determine if the potential vendor either has the required product, hardware, and data, or the capabilities and production qualifications for this combined effort. Please also include a discussion of any commercially available solutions, which your company can provide. Descriptive literature of the commercial product if available, should be provided and will not be included in the above page count. Responses should also include a cover letter (not included in the page count) providing: • Contact and company information • Name • Title • Mailing address • Phone number • Email address Responses are due no later than 3:00 PM EST (local time at Fort Belvoir, VA) on 21 December 2017. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to (Include "RFI number W909MY-18-R-A008" in the subject line.): Justin D. Lumpkin, Contract Specialist, email: justin.d.lumpkin2.civ@mail.mil Paul Price, Technical POC, email: paul.l.price.civ@mail.mil PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. Response to this Sources Sought should be received no later than 21 December 2017. All requests for further information must be in writing or via email; telephonic requests for additional information will not be honored. You may forward request for additional information and/or responses to Mr. Justin Lumpkin, Contract Specialist at justin.d.lumpkin2.civ@mail.mil, Acknowledgement of receipt will be issued. Note that RFI respondents must designate a single point of contact for receipt of all information pursuant to this RFI. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/259b9ba539c335b16354c61a1e87fd4e)
- Record
- SN04746866-W 20171123/171121231623-259b9ba539c335b16354c61a1e87fd4e (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 |