SOURCES SOUGHT
J -- Aviation Mechanic Support Services Fort Indiantown Gap, PA - PWS
- Notice Date
- 7/31/2018
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Pennsylvania, Department of Veteran & Military Affairs, Annville, Pennsylvania, 17003-5003
- ZIP Code
- 17003-5003
- Solicitation Number
- W912KC18R0099
- Archive Date
- 11/30/2018
- Point of Contact
- Brian C. Ray, Phone: 7178616871
- E-Mail Address
-
brian.c.ray2.civ@mail.mil
(brian.c.ray2.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- PWS The USPFO for Pennsylvania is seeking possible Certified 8(a) sources to provide to perform Aviation Field Level Maintenance and limited Sustainment Level Maintenance of all Army National Guard Helicopters, helicopter subsystems and ground support equipment (GSE) (under North American Industry Classification System (NAICS) code 488190. Subject: Sources Sought is for market research purposes only and is not a Request for Proposal (RFP). 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, nor does it restrict the Government to a particular acquisition approach. No entitlements to payment of direct or indirect charges will arise as a result of contractor submissions. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFPs. If you are not a Certified 8(a) Small Business please do not respond. The Government anticipates an 8(a) direct award under the Small Business 8 (a) program. Businesses are advised that FAR clause 52.219-14 -Limitations on Subcontracting will apply wherein by submission of an offer and execution of a contract, the offeror/contractor agrees that in performance of the contract at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. The contractor shall provide a work force possessing the skills, knowledge and training to satisfactorily perform all the services required. The primary function of the helicopter maintenance service shall be to furnish field and limited sustainment level maintenance, to include but not limited to preventive maintenance, scheduled inspections/tests, GSE repair/services, repair/replace unserviceable parts, assemblies, subassemblies/ components; paint, refinish, fabricate parts, make modification, repair accessories and auxiliary equipment and body and structural repair required to retain and return aircraft, aircraft components and ground support equipment to a fully mission capable condition. The contractor shall supply at a minimum the below required skills and qualifications: Please Refer to the attached Performance Work Statement (PWS) for additional information and all objectives that must be met to fulfill this requirement. Part I. Instructions: A description of the requirement and capability questionnaire for the Aviation Field Level Maintenance and limited Sustainment Level Maintenance requirement is provided, which allows you to substantiate your company's capability. For accuracy and continuity, a response to this sources sought will be considered a stand alone document. Any Prime Contractor candidate shall be able to provide a plan to cover ALL AV and VTC Support Services requirements (see draft PWS). Note that a key factor in determining an acquisition to be an 8(a) Direct Award is that an 8(a) prime contractor must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219- 14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) by submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding joint venture teaming arrangements, etc. 1. Only 8(a) small businesses are encouraged to participate in this Market Research. Teaming arrangements or joint ventures are acceptable. See 13 CFR 121.103(h) for specific rules pertaining to joint ventures. 2. Provide documentation that supports your company's capability or a plan to meet ALL of the PWS requirements. Failure to provide adequate documentation may prevent the government from being able to adequately assess your capabilities. If you lack sufficient experience in a particular area, submissions are still encouraged. Request you provide details in how your company would overcome the lack of experience/capabilities prior to a contract award in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Specifically identify if your business is interested in priming (either as a stand alone prime or as a part of a joint venture) or in subcontracting opportunities. Identify, to the best of your current knowledge any planned joint venture teammates and/or subcontractors. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The anticipated period of performance will be for a one year base period and four (4) one year options. The contractor shall provide a work force possessing the skills, knowledge and training to satisfactorily perform the services required. Part II. Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: • Company Name: • Address: • Point of Contact: • CAGE Code: • Business Size: • Phone Number: • E-mail Address: • Web Page URL: North American Industry Classification System (NAICS) Code: 488190 All interested contractors must be registered in the SAM database (https://www.sam.gov/portal/public/SAM/) to be considered as potential sources. Part III. Program Questionnaire: 1) Explain your Management Approach for providing on-site personnel to support flexible work schedules, possible weekend hours and night shift. 2) Are you able to employ full time secret cleared experienced aviation mechanics that will be eligible on 23 Nov 2018? - Describe the average years of service your proposed personnel have with your company and /or your retainability average. 3) Explain what certifications and skill sets your personnel currently hold in relation to aviation field level maintenance and limited sustainment level maintenance of all Army National Guard Helicopters, helicopter subsystems and ground support equipment. Part IV. Communication: If your company is interested, e-mail your responses to Brian C. Ray, brian.c.ray2.civ.mil@mail.mil. Responses should be received no later than 7 August 2018. Direct and succinct responses are preferred. Marketing materials such as company pamphlets and brochures are considered an insufficient response. All responses must be UNCLASSIFIED, no classified material will be accepted or considered with this Sources Sought Synopsis. The responses should be one copy, single spaced, 12pt font, and limited to no more than 10 pages. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. To the maximum extent possible, please submit non-proprietary information. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W912KC18R0099/listing.html)
- Place of Performance
- Address: Fort Indiantown Gap, Annville, Pennsylvania, 17003, United States
- Zip Code: 17003
- Zip Code: 17003
- Record
- SN05014217-W 20180802/180731231244-9203479cbb74173108445a44a2471ce3 (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 |