SOURCES SOUGHT
15 -- AFICA Air Force Helicopter Organizational and Intermediate Maintenance - Kirtland AFB PWS
- Notice Date
- 1/23/2018
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- AFICA - AFICA- CONUS
- ZIP Code
- 00000
- Solicitation Number
- FA6800-18-RFI-Helo_Mx
- Archive Date
- 3/8/2018
- Point of Contact
- Jamey L. Hartsel, Phone: 3184562866, Tiffany D. Jones, Phone: 3184568983
- E-Mail Address
-
jamey.hartsel@us.af.mil, tiffany.jones.21@us.af.mil
(jamey.hartsel@us.af.mil, tiffany.jones.21@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Brief description via powerpoint of the proposed scope and users of this requirement AFGSC/PACAF PWS Kirtland AFB Performance Work Statement (PWS) REQUEST FOR INFORMATION Helicopter Maintenance This Request for Information only is being utilized for market research in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e). This is not a Request for Proposal, and the government does not intend to make an award on the basis of this RFI or otherwise pay for the information solicited herein. The Air Force Installation Contracting Agency (AFICA) is seeking to identify sources that may be capable of providing services for a potential consolidation of their helicopter organizational and intermediate maintenance programs. If consolidated, this effort may be accomplished at Air Force District of Washington, MD; Minot AFB, ND; F.E Warren AFB, WY; Malmstrom AFB, MT; Fairchild AFB, WA; Kirtland AFB, NM, and Yokota AB, Japan. The government is contemplating award of a new seven-year performance based service contract with a period of performance that begins on 01 Oct 19. The purpose of this contract will be to provide mission capable helicopters 24 hours a day, 7 days a week through organizational and intermediate level maintenance, scheduled and unscheduled, primarily for the UH-1N helicopter and aircraft flight equipment (AFE) but also includes HH-60 organizational maintenance and UH-1N/HH-60/V-22 Functional Check Flights (FCF). These requirements will not be personal services. The current North American Industrial Classification System (NAICS) code is 488190 with a size standard of $32.5 Million. The Government is seeking industry input on the questions provided below. There is no Request for Proposal package available at this time. Performance Work Statements are attached for some of the locations. When expressing interest, potential offerors are requested to provide the following information: Company name, company address, CAGE code, size status for this NAICS (Large or Small Business), socio-economic status if a Small Business (Small Disadvantaged Business, Certified 8A, HubZone Small Business, Women Owned Small Business, Veteran-Owned Small Business, etc.) and the Company POC name, title address, telephone number, facsimile number and e-mail address. Interested parties are encouraged to register to receive notifications through the Federal Business Opportunities website. All interested parties are requested to send company and/or descriptive literature describing their capabilities (in Microsoft Office or Adobe pdf format) along with responses to the questions below and any additional comments to Lt Col Jamey Hartsel via email at jamey.hartsel@us.af.mil or Capt Tiffany D. Jones via e-mail at tiffany.jones.21@us.af.mil. Subject line of the email should be "Response to AFICA Helo Mx RFI." Responses are due no later than 4:00 PM CST on 21 Feb 18. No phone or FAX requests will be accepted. If you have additional questions or comments, they must be submitted in writing, (e-mail is preferred) and no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. ______________________________________________________________________________ •1. Do you currently provide, either as a prime or subcontractor, on-site organizational and intermediate level helicopter maintenance and modifications? If so, what mission design series (MDS) of helicopters and at what locations? •2. Describe performed or currently performing contracts with similar scope, magnitude, and complexity using a-h below: Please include contract title, contract number, service description, period of performance, contract type, prime or subcontractor, and point of contact: a. Contract Title: b. Contract Number: c. Contract Period of Performance: d. Contract Type: e. Contract Value: f. Description of Services: g. Performed/Performing as (Prime or Subcontractor): h. Point of Contact: •3. The Government is contemplating a contract under NAICS Code 488190. Are there any other NAICS codes that you believe are more appropriate? If so, why do you believe the code to be more appropriate than NAICS Code 488190? •4. What type of work does your company specialize in? What is your core workload? •5. If you have previous contracts with the Government, what types of pricing arrangements were used [i.e. firm fixed price (FFP), time & material (T&M), cost plus fixed fee (CPFF), etc....]? •a. What type of pricing arrangement would you recommend for this type of requirement? •b. Would it be better for your company if we solicited each location's requirement individually (D-type contract) or would it be better to solicit all the requirements together under a single solicitation (C-type contract)? •6. The contracts currently in place supporting these requirements are staggered and expire in different years over the next 5 years. A plan to incorporate requirements on this contract as current contracts expire is contemplated in this effort. Do you foresee any market forces that should be considered with a contract strategy of this type? •7. Assuming the contract type for this effort was solicited as FFP, what is the minimum information required for your organization to accurately bid Fixed Price labor prices under this contract? •8. The Government is considering the benefits of creating a longer Period of Performance than five years. What period of performance would you recommend and why? Would the length of the period of performance impact whether you participate in a future competition? If so, explain. •9. Do you currently support any OCONUS sites on a continuous basis and if so, in what capacity? •10. In relation to question 9, if you have no OCONUS experience, do you foresee an issue with supporting the Helo maintenance program at OCONUS sites? For example, labor laws, TESA requirements, SOFA requirements, estimating costs, etc.? Please be as detailed as possible. •11. Do you consider 30 days adequate for contractor transition at each location? What about OCONUS? If not, what timeframe do you consider reasonable? Please explain why. •12. Would your company be a prime or subcontractor? If your role is that of prime contractor, indicate the functions you would use subcontractors for? If your role is that of a subcontractor what roles/functions would you be able to provide to a prime contractor? •13. If you indicated your role as prime contractor, what would you estimate small business contracting goals to be? •14. If your company is a small business, do you have the capacity to perform a contract of this magnitude and complexity as a prime contractor? Please provide details for your answer. •15. What is your opinion of teaming arrangements and how can the Government enhance teaming arrangement opportunities? •16. Currently, the service thresholds vary at each location. What impact would multiple service thresholds have on an overall price? •17. Can you please describe your management approach and experience with small and aging aircraft fleets? •18. What impact could servicing multiple bases have on price? •19. Do you foresee any performance challenges with consolidating this requirement? •20. UH-1N replacement is scheduled to begin fielding in 2020 in Air Force Global Strike Command, and at this time the specific airframe has not been selected. Also, the HH-60W, the replacement to ACC's HH-60G is supposed to begin fielding at Kirtland in 2020. How difficult would it be to add maintenance of the new aircraft in your proposal if the anticipated award timeframe is currently scheduled for Jul/Aug 2019? •21. Does your company have experience in transitioning your work force from one aircraft platform to another? If so, what is the average time to re-train a maintainer on another platform?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d847e8824bfc9258805339194dd540ca)
- Place of Performance
- Address: Andrews AFB/Kirtland AFB/Fairchild AFB/Minot AFB/Malmstrom AFB/F.E. Warren AFB/Yokota AB, Barksdale AFB, Louisiana, 71110, United States
- Zip Code: 71110
- Zip Code: 71110
- Record
- SN04797065-W 20180125/180123231326-d847e8824bfc9258805339194dd540ca (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 |