Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2020 SAM #6765
SOURCES SOUGHT

J -- Aviation Maintenance Services

Notice Date
6/5/2020 10:12:03 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
W6QM MICC-FT KNOX FORT KNOX KY 40121-5000 USA
 
ZIP Code
40121-5000
 
Solicitation Number
RFI20200527AVIATIONMAINTENANCE
 
Response Due
6/8/2020 11:00:00 AM
 
Archive Date
06/23/2020
 
Point of Contact
JoDeen M. Cuffe, Phone: 5026248072, Melody A. Price, Phone: 5026243513
 
E-Mail Address
jodeen.m.cuffe.civ@mail.mil, melody.a.price8.civ@mail.mil
(jodeen.m.cuffe.civ@mail.mil, melody.a.price8.civ@mail.mil)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR AVIATION MAINTENANCE SERVICES FOR THE U.S. ARMY PARACHUTE TEAM The time for submission of inquiries is now closed.� Final inquiry and response are provided as follows: Q1.� Is the USG planning on release of historical maintenance schedule by location for the most recent past 2 years within the RFP? A1.� The draft PWS is being refined to include additional information on workload; content and�range of information to be included has not been determined.��� Q2. Will there be a draft RFP ahead of a Final RFP release? If so, suggest at least 10 days between draft and Final RFP release. A2.� A draft RFP will be posted with a sources sought notification, if �the action proceeds to solicitation.� The posting duration shall comply with Federal Acquisition Regulations applicable to the solicitation methodology determined by the Contracting Officer. Q3,� Are any of the incumbent personnel under a CBA? If so, will the government provide that CBA in a Draft RFP? A3.� This action is in its infancy with MICC Fort Knox as contracting office;� Collective Bargaining Agreement (CBA) status is unknown.� If �the action proceeds to solicitation, all relevant wage decisions and/or CBAs shall be included for consideration of offerors. Q4.� Will there be an Industry Day or Presolicitation conference at Ft Bragg or Ft Knox ahead of RFP release? If so, what month are hoping to hold this event? A4.� Industry Day or Presolicitation conference need has yet to be determined.� If �the action proceeds to solicitation, future notices will address the issue with event schedule and location as applicable. Q5.� Will the government consider releasing a depot schedule for assigned aircraft in the draft RFP? A5.��Detailed�technical exhibits are in process of completion, and if �the action proceeds to solicitation shall be included therein for proposal development.� Q6.� Will the government consider releasing a parts usage report for the last two years? A6.� Detailed�technical exhibits are in process of completion, and if �the action proceeds to solicitation shall be included therein for proposal development.� Q7. Will the government consider specific UV-18 maintenance experience as a �Strength� or establish it as a threshold for �Very Relevant� in the past performance evaluation criteria? A7.� The method for solicitation or evaluation methodology has yet to be determined.� INCUMBENT:� Current contract and task order number:� FA810817D0010 � FA810817F0070.� Incumbent:� Zenetex, LLC, 13800 Coppermine Rd, Ste 307, Herndon, VA 2171-6163.� For additional order details immediately available to the public, please access www.fpds.gov. INQUIRY DEADLINE:� To ensure adequate time is available to respond to further inquiry before closure of the RFI due date and time; deadline for final question submission is 03 June 2020, 2:00 p.m.� Questions after that time shall not be addressed. The contract under which the requirement is currently being performed was a partial small business set-aside and not under the 8(a) program. The draft PWS included in this notice was presented without edit; respondents are to disregard any reference to 8(a) or direct award as outlined therein. INTRODUCTION The Mission and Installation Contracting Command (MICC) Fort Knox, Kentucky, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support, the requirement for aircraft maintenance with the US Army Parachute Team (USAPT). The intention is to determine if these services are viable for award on a competitive basis, if market research supports doing so within a restricted timeline. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, a single award is intended. The contract type is anticipated to be a hybrid Firm-Fixed Price (FFP) and Time and Material (T&M) Cost reimbursement with not-to-exceed values established by the Government for contract line items other than FFP. ��Consideration is being given to an indefinite-delivery indefinite-quantity (IDIQ), or requirements type contract (RTC) as defined under FAR Part 16.� All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Work locations shall be a combination of the 48 contiguous Continental United States (CONUS) and Outside the Continental United States (OCONUS) (i.e., Alaska, Puerto Rico and Canada and its territories). DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY IS ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The requiring activity for this acquisition is the USAPT, located at Pope Army Air Field, Fort Bragg, North Carolina. The organization has a highly visible and renowned public relations/strategic mission of parachute demonstration, competition, recruiting and public outreach.� These missions are assigned at the Department of Army level and by the U.S. Army Marketing & Engagement Brigade (MEB) Fort Knox, KY and Training and Doctrine Command (TRADOC).� USAPT mission operations locations include the 48 Contiguous United States (CONUS), with occasional missions to Alaska, Puerto Rico and Canada and its territories. In accordance with these assignments, the offeror must be able to perform daily organizational and intermediate maintenance activities to maintain two (2) ea. C-147A and three (3) ea. UV-18C multiengine airplanes and all associated ground support equipment. The offeror must establish an onsite purchasing section with the ability to establish and maintain a basic Prescribed Load List (PLL) of common hardware. The purchasing section must establish a system to purchase common bench stock, spare parts, and assemblies required to maintain fully mission capable airworthiness of 100% for all aircraft and Ground Support equipment (GSE) assigned for the period of performance.� The offeror must have the capability to arrange for offsite depot maintenance and/or modifications by utilizing qualified Federal Aviation Administration (FAA) part 145 repair stations or partnering with other qualified contractors selected by the prime contractor. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and attachment 1; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Valid Passports to team element employees identified to perform OCONUS aircraft recovery ELIGIBILITY The applicable NAICS code for this requirement is 488190, Other Support Activities for Air Transportation with a Small Business Size Standard of $35M. The Product Service Code is J015. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ��The applicable NAICS code must be included in the respondents SAM registration. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 8 June 2020. All responses under this Sources Sought Notice must be e-mailed to the Contract Specialist, Sterlyn Frazier at sterlyn.d.frazier.civ@mail.mil and Contracting Officer, JoDeen Cuffe at jodeen.m.cuffee.civ@mail.mil in either Microsoft Word or Portable Document Format (PDF). This documentation must address at a minimum the following items as it relates to same or similar requirements: 1) What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before for the same or similar requirement? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of cost of contract performance incurred for personnel shall be expended for employees of the concern.� Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status with consideration of the assigned NAICS code, and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. The estimated period of performance consists of base year (12-months, which includes a 30-60 day phase-in period, yet to be determined) plus four (4) 12-month options with performance targeted to commence in September 2020. Specifics regarding the number of option periods will be provided in the solicitation, if one is issued. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal for inclusion in a future solicitation, if one is issued. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sterlyn Frazier at sterlyn.d.frazier.civ@mail.mil and Contracting Officer, JoDeen Cuffe at jodeen.m.cuffe.civ@mail.mil in either Microsoft Word or Portable Document Format (PDF). All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist�identified above with a copy to the Contracting Officer. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the notice.� Provide the specific aspects that unreasonably restricts competition and the rationale for such conclusion.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/449da68a9b374e228284c8708f4d1b60/view)
 
Place of Performance
Address: Fort Bragg, NC 28303, USA
Zip Code: 28303
Country: USA
 
Record
SN05682397-F 20200607/200605230147 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.