Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2018 FBO #5985
SOURCES SOUGHT

J -- Non-Standard Rotary Wing Aircraft (NSRWA) Mi-8/Mi-17 depot level activities in Kabul, Afghanistan Request for Information

Notice Date
4/11/2018
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
W58RGZ-18-X-SS01
 
Archive Date
5/15/2018
 
Point of Contact
Jody B Byrd, Phone: 2568429907, Jayson Thornton, Phone: 2563134528
 
E-Mail Address
jody.b.byrd.civ@mail.mil, jayson.m.thornton.civ@mail.mil
(jody.b.byrd.civ@mail.mil, jayson.m.thornton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY and is not a Request for Proposal (RFP) or Request for Quotation (RFQ). 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 or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Contractors that do not respond to this Sources Sought will be afforded the opportunity to participate in any competitive effort resulting from this sources sought. This sources sought notice is being published in accordance with FAR Parts 10.002 and 15.201 and is a Request for Information only in support of a market survey. Issuance is for planning purposes only, to assist in identifying potential sources capable of supporting Non-Standard Rotary Wing Aircraft (NSRWA) with depot overhaul and repair of Mi-8/Mi-17 (all civilian/military variants) aircraft. NSRWA is seeking information to identify potential sources capable to support this effort under North American Industry Classification System (NAICS) code 488190. Responses to this sources sought synopsis will be used for a market survey analysis that will help the Government during Acquisition Strategy planning and determination. This will be used to identify the method of procurement for an aircraft overhaul/repair contract establishing an urgent need for capability at Kabul, Afghanistan. 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 industry responses to this notice may be used in the development of an acquisition strategy and future RFP. The submitted information shall be UNCLASSIFIED. The Government anticipates prohibiting cross-teaming. Cross-teaming arrangements include a prime offeror participating as a team member with another prime contractor. The Government also anticipates prohibiting pass through arrangements as defined in FAR 52.215-22 and FAR 52.215-23. If the acquisition is competed using full and open competition, then the subcontracting goal will be determined as a percentage of the overall contract value. 1.0 BACKGROUND The mission of NSRWA Program Management Office is to procure, field, train, sustain, and provide technical support of non-standard aircraft for the Department of Defense (DoD) and allied countries, or as directed by the Office of the Secretary of Defense (OSD) in support of Overseas Contingency Operations (OCO). Non-standard aircraft systems are defined as those systems not supported within the DoD as a program of record. NSRWA provides support to customers worldwide for a variety of non-standard rotorcraft systems. 2.0 SCOPE This acquisition is for critical equipment, material, and services to be performed in Kabul, Afghanistan as required to support the US Army NSRWA, DoD, other Federal, and local Agencies and Authorities. These services provide for overhaul and repair of Mi-8/Mi-17 (all civilian/military variants) aircraft. A demonstrated relationship with the Original Equipment Manufacturer(s) (OEMs) or cognizant airworthiness engineering authority is required for each NSRWA system to ensure continued airworthiness; access to technical and engineering data and support; and access to logistical services and supply chains. Overhaul and repair services include engineering; supply support; furnishing or maintaining support equipment; aircraft modifications; component overhauls; technical data; manpower and personnel; facilities and infrastructure; packaging, handling, storage, and transportation; and computer resources as described herein. All overhauls and repairs shall be conducted in accordance with OEM guidelines. Respondents shall possess, maintain, and submit with their response the following documentation/information: 1. Primary program oversight and airframe overhaul (at a minimum) SHALL be conducted in Kabul, Afghanistan. Some aggregates/components may be sent to other locations outside of Afghanistan for overhaul as required to maintain compliance with OEM guidelines and certifications. 2. The vendor SHALL possess and maintain certification from Mil Moscow Helicopter Plant (MMHP), the Interstate Aviation Committee (IAC) for civil variant aircraft and Military Airworthiness Authority (MAA) for military aircraft. 3. The vendor SHALL be able to induct a single Mi-8/M-17 (all civil/military variants) aircraft at a certified facility in Kabul, Afghanistan within 30 days of contract award. 4. The vendor SHALL HAVE AND MAINTAIN a documented agreement with the Russian Federal Service for Military and Technical Cooperation (FSMTC) for the performance of the work in support of the Afghanistan Mi-8/Mi-17 (all civil/military variants) fleet. 5. The vendor SHALL have and maintain documentation that the company is approved to provide overhaul/repair/service life extension (SLE) of Mi-8/Mi-17 (all civil/military variants) as well as the capability to enter into contracts with foreign military customers for military purpose overhaul and repair. 6. There SHALL be existing contractual relationships with Rosoboronexports (ROE), or documentation from FSMTC, indicating that a contract with the United States Government (USG) or the Government of the Islamic Republic of Afghanistan (GIROA) in support of Afghanistan aircraft would allow for continued utilization of other existing OEM reach back capability for spare parts, services, manuals, and engineering support. 7. The vendor SHALL provide a detailed schedule of the timeline/activities to complete a standard OEM overhaul from aircraft induction to return to customer. 3.0 REQUESTED INFORMATION In response to this sources sought please provide: 1. Name of your company, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding your company size status based on the assigned primary NAICS and corresponding small business size standards. If you are a small business, also provide the applicable socio-economic categories, such as Small Disadvantaged Business (SDB), 8(a) Small Business, Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB) and/or Women Owned Small Business (WOSB), etc. 2. Provide a capability statement/white paper that includes but is not limited to: your company interest in competing for any or all of this requirement as described in Section 2.0. Detail previous experience that may be of similar scope and/or complexity. Provide a brief description on any current contracts that you are providing similar effort/services to another government agency. 3. Provide copies of all facility certifications, agreements, etc. detailed in section 2.0. 4. Identify whether your company is interested in subcontracting only for this requirement. Provide the highlights of your technical capabilities 5. If you are an interested small business under NAICS code 488190, with a size standard of $32,500,000 in annual sales, please provide the following information. • Are you interested in any or all of the scope in Section 2.0. • Provide a capability statement that includes but is not limited to: your company interest in competing for any or all of this requirement as described above. All information submitted is subject to verification. Additional information may be requested to substantiate response(s). 4.0 RESPONSES Formal communication related to this acquisition shall be submitted by e-mail to the POC below. The deadline for a response to this notice is 15 days from the date of publication. The company's standard format is acceptable; Any information submitted by the respondents to this sources sought synopsis is strictly voluntary. The submitted information shall be UNCLASSIFIED. Only electronic responses shall be accepted and shall be submitted as an email attachment in MS Word or Adobe PDF format. Email 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 package was received and can be viewed. The information provided is subject to change and is not binding on the Government. The U.S. Army has not made a commitment to procure any of the items discussed, and release of this sources sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8e094429dca6f858a18b3b9e7fc39c59)
 
Place of Performance
Address: TBD, United States
 
Record
SN04885742-W 20180413/180411230826-8e094429dca6f858a18b3b9e7fc39c59 (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.