Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2022 SAM #7632
SOURCES SOUGHT

J -- FY25-FY29 P-8A Poseidon Aircraft Depot Maintenance Support

Notice Date
10/21/2022 6:19:31 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM290-0059
 
Response Due
11/7/2022 8:59:00 PM
 
Point of Contact
Ryan Chandlee, LT Adrian Copiaco
 
E-Mail Address
ryan.m.chandlee.civ@us.navy.mil, adrian.i.copiaco.mil@us.navy.mil
(ryan.m.chandlee.civ@us.navy.mil, adrian.i.copiaco.mil@us.navy.mil)
 
Description
The Naval Air Systems Command (NAVAIR), on behalf of PMA-290 (Maritime, Patrol, and Reconnaissance Aircraft), announces its intention to procure-depot level maintenance services for P-8A Poseidon aircraft.� The responses to this Sources Sought Notice will be utilized to determine if any Small Business Set-aside opportunities exist.� All Small Business Set-aside categories will be considered.� In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.� Responses will also be utilized by the Government in developing its acquisition/contracting strategy and Statement of Work/Performance Work Statement. The Product Service Code (PSC) for this requirement is J015 (Maint/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components). �The North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation) with a Size Standard of $35M. 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 Requirement Statement: The P-8A Poseidon is a heavily militarized derivative of the globally deployed, commercially supported Boeing 737-800.� The P-8A support strategy is designed to incorporate the best features from commercial support system infrastructures.� The objective is to integrate the latest in technical support innovations with existing commercial operations and continual product and process improvements.� The planned maintenance support efforts will leverage the commercial industrial base for P-8A airframe maintenance. NAVAIR intends to award up to two contracts.� Planned award date is either third quarter of Government Fiscal Year (FY) 2024 or fourth quarter of Government FY 2024.� The services are currently being performed by AAR Government Services under contract N0001918D0111. It is anticipated that each contract will procure on behalf of the United States, Australia, and other FMS countries, scheduled and unscheduled depot-level maintenance, depot In-Service Repair (ISR)/Planner and Estimator (P&E) requirements, Technical Directive (TD) incorporation, airframe modifications and Aircraft on Ground (AOG) support for P-8A Poseidon Aircraft.� Fulfillment of these requirements will take place primarily at the contractor�s facilities, but also within or outside of the Continental United States at field activities� main operating bases or at deployed locations.� Except for P-8A unique Government Furnished Equipment, each contractor shall furnish all facilities, labor, services, equipment, tools, parts, materials, and consumables to fulfill requirements.� Each contractor shall maintain an up-to-date technical library.� Each contractor shall be a Title 14, Code of Federal Regulations (CFR) Part 145 certified repair station.� Only U.S. DoD contractors are eligible.� Additionally, except for part supplier subcontractors, all prime and subcontractor employees performing services under resulting contracts must be U.S. citizens. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance.� Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General & Administrative rate multiplied by the labor cost.� The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14. �If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Capability Statement Responses Requested: It is requested that each interested party (respondent) other than incumbent AAR, respond to the questions listed in the attached P-8A Depot Capabilities Questionnaire by email to Contract Specialist, Mr. Ryan Chandlee, via e-mail at ryan.m.chandlee.civ@us.navy.mil and to Contract Specialist, LT Adrian Copiaco, via e-mail at adrian.i.copiaco.mil@us.navy.mil.� In addition, it is requested that each respondent submit a Capability Statement package demonstrating the respondent�s ability to fulfill the above-described requirements. Only completed P-8A Depot Capabilities Questionnaires and Capability Statements received not later than the Response Date indicated in this Notice will be considered by the Government.� Each respondent is advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information.� Aside from the P-8A Depot Capabilities Questionnaire, each Capability Statement package shall be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum.� The Government requests that respondents deliver completed P-8A Depot Capabilities Questionnaires and Capability Statements electronically via e-mail with proper data markings for unclassified and proprietary information.� Classified material SHALL NOT be submitted.� All submissions should include this Notice Reference Number, Company name, Company address, CAGE code, and point of contact information (name, position, phone number and email address).� In order to complete its review, NAVAIR must be able to share a respondent�s completed questionnaire and Capability Statement both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7015 Technical Data--Commercial Items (FEB 2014).� Any completed questionnaire and/or capability statement marked in a manner that will not permit such review will not be assessed or considered.� All submissions must include a statement clearly allowing the information to be disclosed with covered Government support contractors.� Information submitted in response to this notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to the information received from interested persons, but may request additional information following review.� Responses to this notice shall be sent via e-mail to Mr. Ryan Chandlee, via e-mail at ryan.m.chandlee.civ@us.navy.mil and to LT Adrian Copiaco, via e-mail at adrian.i.copiaco.mil@us.navy.mil.� Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to and Mr. Ryan Chandlee and LT Adrian Copiaco will not be considered. �Questions regarding this sources sought must be emailed to the Government points of contact listed on this Notice.� Please do not inquire via telephone.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc614ea51d1444049455b13f371e6cdf/view)
 
Record
SN06500470-F 20221023/221021230113 (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.