SOURCES SOUGHT
J -- T-45 Aircraft Protective Equipment (APE)
- Notice Date
- 7/19/2022 10:54:38 AM
- Notice Type
- Sources Sought
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-22-R-0220
- Response Due
- 8/2/2022 1:00:00 PM
- Point of Contact
- Jacob Heintze, Lynn Kaniss
- E-Mail Address
-
jacob.r.heintze.civ@us.navy.mil, lynn.kaniss@navy.mil
(jacob.r.heintze.civ@us.navy.mil, lynn.kaniss@navy.mil)
- Description
- The Naval Air Warfare Center, Aircraft Division �and the Naval Undergraduate Flight Training Systems, PMA-273 located at Naval Air Systems Command (NAVAIR), Patuxent River, MD are conducting a Market Survey of Industry to determine potential interested sources that have the skills and experience required to provide scheduled inspections, cleanings, maintenance, repair, and replacement for the T-45 Aircraft Protective Equipment (APE). A total of 102 T-45 APE are installed in support of three Chief of Naval Air Training (CNATRA) sites Naval Air Station Meridian, MS (NASM) (Qty 28), Naval Air Station Kingsville, TX (NASK) (Qty 59), and Naval Air Station Pensacola, FL (NASP) (Qty 15).� These structures are custom designed to maximize the flight line maintenance availability while protecting the aircrew and aircraft from the weather. This Sources Sought is a Request for Information (RFI) for market survey purposes only.� It is not a solicitation for proposals and no contract shall be awarded from this announcement.� The purpose of this announcement is for Market Research only and is in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued IAW FAR subpart 15.201(e). No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. The Government intends to use this information to best determine whether the APE should be competed via �full and open competition� or as a �small business set-aside�.� � T-45 APE are structures constructed of a galvanized steel assembly and fabric canopy (see figure 1 below).� Maintenance support for these structures shall be in accordance with the attached Draft Performance Work Statement (PWS) and will include but not be limited to the following: 1. The Offeror�s ability to develop scheduled and unscheduled inspection criteria, cleaning instructions, parts and material list, APE replacement, maintenance and repair schedules.� Complete repairs identified during scheduled inspection. 2. The Offeror�s ability to perform scheduled cleaning and inspections on the structure and canopy.� During inspections, the Offeror�s ability to confirm proper structure assembly, canopy fabric tension and proper security.� 3. The Offeror�s ability to ensure that the APE and all attaching hardware is corrosion free.� The ability to perform corrosion inspection and prevention IAW manufacture for the local operating environmental conditions for APEs installed at NAS Meridian, MS, NAS Kingsville, TX and NAS Pensacola, FL. 4. The Offeror�s ability to perform a conditional inspection on all APEs on site and make repairs to return canopy/structure to usable condition following significant meteorological events, especially those associated with high winds/destructive conditions, or any other non-weather related events where structural damage may have occurred. 5. The Offeror�s ability to repair APE damages or needed modifications including replacement of any components. Interested businesses shall submit responses by email to the Contract Specialist, Jacob Heintze (jacob.r.heintze.civ@us.navy.mil).� The capability statement package (no more than TEN (10) single-sided 8.5 X 11 inch pages, font no smaller than 10 point) should demonstrate the ability to provide the requirement as listed above.� All responses shall include Company Name, Company Address, Company Business Size as it relates to NAICS 332311 Current Small Business Status, CAGE Code, DUNS number, NAICS code(s) and Points-of-Contact (POC) including name, phone number, fax number, and email address. Within your capability statement package, please include your answers to the following queries: (1) Describe your company�s capabilities inspecting, cleaning, and maintaining APEs installed at NASM, NASK and NASP. (2) Has your company managed APE maintenance IAW manufacturer�s requirements and scheduled and unscheduled inspection criteria? (3) Describe past or current Government or commercial contracts for work on APE (both as prime and sub-contractor). Please include details such as owned tooling and equipment, workforce size and employed labor categories, etc. that demonstrate your ability to perform the work. In addition, include contract numbers, POC, phone number, and email address. (4) This effort will require the Offeror to provide significant inspection and maintenance criteria within the first 30 days of contract award.� Provide a description of the company's ability to expeditiously mobilize and manage contracts. (5) Description of your workforce skill-sets performing similar or identical work. (6) Description of your tooling and equipment used to perform similar or identical work. Classified material SHALL NOT be submitted. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government.� Any resulting contract is anticipated to have a security classification level of Unclassified (Controlled Unclassified Information) at time of contract award for personnel and facilities clearances. One electronically submitted response shall be received no later than 4:00 pm EST 2 Aug 2022 and reference: PMA-273 T-45 Aircraft Protective Equipment (APE) Support Sources Sought. �Responses to this request may not be returned. The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a1fbcd537c524acd9fb0b27e1708df6c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06394548-F 20220721/220719230059 (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 |