SOURCES SOUGHT
16 -- Special Electronic Mission Aircraft Contractor Logistics Support Services
- Notice Date
- 5/10/2018
- 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
- W58RGZ17C0014
- Archive Date
- 5/29/2018
- Point of Contact
- Carol H Matthews, Phone: 256-313-0530, Meagan Askew, Phone: 256-876-5146
- E-Mail Address
-
carol.h.matthews.civ@mail.mil, meagan.e.askew.civ@mail.mil
(carol.h.matthews.civ@mail.mil, meagan.e.askew.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. All firms responding to this RFI are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only. This is strictly market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The intent of this notice is to determine the availability of qualified sources that may be technically capable of providing the requirements described in this notice. The North American Industry Classification System (NAICS) Code contemplated for this acquisition is 488190, "Other Support Activities for Air Transportation." The small business size standard for NAICS Code 488190 is $32.5M. The United States Army Contracting Command Redstone Arsenal, Alabama, has a requirement for 1) The Contractor shall furnish Special Electronic Mission Aircraft (SEMA) Contractor Logistics Support (CLS) for aircraft located at Sacramento, Lakehurst, Fixed Wing National Guard (ARNG) Training Site (FWATTS) (West Virginia), and Fort Belvoir. 2) The Contractor shall perform heavy maintenance to maintain aircraft reliability and sustain a high operation tempo in austere environments. 3) The Contractor shall also provide SEMA CLS at deployed OCONUS locations. Any interested parties would be required to provide all the necessary equipment, personnel and technical/logistical support to continue without any interruption to the Army's SEMA aircraft mission. The Contractor is required to have a facility clearance of TOP SECRET (TS) and SECRET level of safeguarding. All deployed contractor personnel shall have or obtain a SECRET level clearance prior to actual deployment. Select contractor personnel will require a TS/SCI security clearance. The current SEMA CLS Contract W58RGZ-17-C-0014, was competitively awarded on 30 August 2017 as a hybrid fixed-price/cost reimbursable contract in the amount of $750,389,911. RESPONSES REQUESTED: The Government is interested in receiving meaningful feedback on the aforementioned Requirements Description. Interested sources that possess the technical capability and resources to fulfill the Government's requirements stated herein, are invited to provide a Capability Statement, consisting of Volume I - Management and Volume II Technical. Format shall be Microsoft Word or Adobe Acrobat Reader. Font size shall NOT be smaller than 12-point Times New Roman or Arial. Corresponding Volume should include the following information: Volume I - Management (5 Page limitation, to include cover page): 1. Company name, CAGE code, address, point of contact, phone number, email address, and business size (if small, please indicate any socioeconomic classification (8)(a), HUB-Zone, Economically Disadvantaged Woman-Owned, Veteran-Owned, Service-Disabled Veteran-Owned, small business) that applies. 2. Has your company performed this type of effort or similar type effort (to include size and complexity) in the past? If so, provide Contract Number, Point of Contact (POC), email address, phone number and a brief description of your direct support of the effort. 3. Describe how you will either perform or subcontract for services required. Does your company possess the capabilities to provide the entire range of services in the RFI? 4. Identification of issues, concerns, or contingencies (if any) that might hinder the company from providing a firm-fixed-price, with cost reimbursable features proposal for the entire effort if requested to do so in a future Request for Proposals. 5. What are the core competencies of your employees that would support the requirements of this effort? 6. How long will it take to acquire the necessary full staff of support and technical personnel? 7. Employees that would support this effort MUST have a SECRET clearance or higher. 8. Identify and describe your company's experience in preparing personnel for deployment and ability to comply with Army deployment requirements. 9. Briefly describe your company's plan to manage personnel deployment schedules and to react to unforeseen personnel shortfalls so as not to impact operational readiness. 10. Briefly describe your company's plan to provide qualified field service representatives to deploy OCONUS as necessary on short notice to address aircraft and mission equipment issues. Volume II - Technical (10 Page limitation to include cover page) 1. Briefly describe your company's experience in operating and maintaining SEMA aircraft and deployed SEMA aircraft. 2. A brief description and documentation of the company's experience/ability of modifying aircraft and integration of avionics and PME equipment. 3. Describe your company's capability to assume control and operate the existing SEMA aircraft described above, without any impact to ongoing operations. 4. Describe your company's capability to acquire, train and maintain personnel to operate existing SEMA aircraft, and associated equipment. 5. Describe your company's capability to provide logistics support to the existing SEMA aircraft, sensor systems, communication systems, data links, aircraft survival systems, etc. so as to maintain a daily operational availability rate of 80% or higher. 6. Describe your company's capability to transport SEMA equipment to/from deployment sites, to include international Traffic in ARMS Regulations (ITAR) and U.S. and OCONUS customs requirements. 7. Describe your company's capability to conduct and expedite repairs to aircraft and associated equipment. Detailed technical approach and capabilities will be required at time of proposal with material solutions in hand and not in development. The SEMA aircraft systems will not be available to support a solution proposed in reply to this RFI. If your firm believes it can satisfy this requirement based on the conditions identified above, reply to this announcement with the rationale to allow your firm to be included in any RFP. All interested inquires will be considered. All questions regarding this RFI please submit to- SUBMISSION: Submit RFI synopsis responses and comments via email by May 14, 2018 at 3:00 p.m. EST to the following address: carol.h.matthews.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8f3593dbf2a8908db8b3b896e8a5b2fa)
- Place of Performance
- Address: PEO Aviation, Fixed Wing Project Office, 5681 Wood Road, Redstone Arsenal, Alabama, 35898, United States
- Zip Code: 35898
- Zip Code: 35898
- Record
- SN04918822-W 20180512/180510230902-8f3593dbf2a8908db8b3b896e8a5b2fa (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 |