Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2020 SAM #6826
SOURCES SOUGHT

J -- Beechcraft 350 AOG Repairs

Notice Date
8/5/2020 5:11:22 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
6973GH FRANCHISE ACQUISITION SVCS OKLAHOMA CITY OK 73125 USA
 
ZIP Code
73125
 
Solicitation Number
6973GH-20-R-B350
 
Response Due
8/28/2020 2:00:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
Jason Perry
 
E-Mail Address
jason.m.perry@faa.gov
(jason.m.perry@faa.gov)
 
Description
Notice Type: Sources Sought/Request for Information Synopsis: This is a Sources Sought Synopsis (SSS)/Request for Information (RFI) for market research purposes issued by AAQ-722 at the Federal Aviation Administration (FAA). The FAA is requesting information to find qualified contractors with capabilities for servicing and maintain a fleet of Beechcraft 350 aircraft over a five year period of time. All repair actions must be accomplished in accordance with Flight Program Operations Continuous Airworthiness Maintenance Program (CAMP). Support required throughout the United States a AOG support with twenty-four (24) hours/day seven (7) days/week by a Mobile Response Team IAW the response time outlined in the SOW. Beechcraft 350 aircrafts will require a contractor with extensive experience on performing preventive maintenance, inspection, modifications and repairs of the airframe and engine Pratt & Whitney PT6A-65A. Contractor perform repairs remotely and repairs required to take place at the prescribe facility the FAA will fly the aircraft to that location. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a SSS/RFI being used to update market research only. There is no solicitation available at this time. Requests for a solicitation will not receive a response. Disclaimer: This SSS/RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. Responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS/RFI does not commit the Government to contract for any service whatsoever. Furthermore, FAA is not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS/RFI. All costs associated with responding to this SSS/RFI will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. Purpose: The information received will be utilized by the FAA in developing its acquisition strategy, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS/RFI. However, should proprietary information be submitted, it should be marked ""PROPRIETARY"", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the FAA Contract Opportunities website at https://beta.sam.gov . Responses to this Sources Sought may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation, if one is issued. ATTENTION: Contractor must be registered with the System for Award Management (SAM) to be eligible for contact award or payment from any activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov/SAM. Program Requirements: Interested persons may identify their interest and capability to respond to the SSS/RFI. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. The Flight Program Operations owns and operates a fleet of Beechcraft 350 that requires AOG support when notified that can be provided anywhere in the United State that can provide parts, repairs and troubleshooting once notified.� This AOG support will be twenty-four (24) hours/day seven (7) days/week. This support requires a Mobile Response Team that will be on ground at the aircraft anywhere in the United States within twenty-four (24) hours of notification. The contractor remote repairs onsite is the preferred but if the situations requires the aircraft to be flown to the repair station the repair must commence within twenty-four (24) hours once the aircraft arrives. The contractor must has extensive experience on performing preventive maintenance, inspections and repairs on the Beechcraft 350 series airframe and as well as for the engine Pratt & Whitney PT6A-65A. The contract is expected to be a commercial Firm-Fixed Price/Cost-Reimbursable five-year IDIQ type contract with one basic year and four one-year options. The Government requests interested parties to submit a brief statement of current capability to perform these services. Please limit your submissions to ten pages. Interested sources should provide the following information for your company and for any teaming or joint venture partners: Company Name/Address CAGE Code (if available) DUNS Number Point of Contact Phone/Fax Number Email address Web page URL Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) Size relative to NAICS Code 488190 (Small Business Size Standard $32.5M) The proposed North American Industry Classification Systems (NAICS) Code is 488190, which has a corresponding Size Standard of $32.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran- Owned Small Businesses, HUBZone Small Businesses, and Women-Owned Small Business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. -Provide any recommendations and/or concerns. -Please indicate whether your interest in this as a prime contractor or as a subcontractor? -Provide Government contract history including contract numbers Capabilities: Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Respond (along with any supporting documentation) directly to: Jason.m.perry@faa.gov Please note: Emails containing file types such as: .zip, .xlsx, .docx, or other macro- enabled extensions, may not be delivered to the intended recipients. Primary Point of Contact: Jason Perry Email: Jason.m.perry@faa.gov Attachment: Draft Statement of Work
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f98d7c09d3e41f8b8ba2d28600d4d53/view)
 
Record
SN05746997-F 20200807/200805230201 (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.