Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2023 SAM #7746
SOURCES SOUGHT

J -- Multi-Engine Training System (METS) Contractor Logistics Services (CLS)

Notice Date
2/9/2023 2:08:42 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-23-RFPREQ-TPM273-0011
 
Response Due
3/3/2023 12:30:00 PM
 
Point of Contact
Kathleen Dougherty, Phone: 215-962-5944
 
E-Mail Address
kathleen.c.dougherty.civ@us.navy.mil
(kathleen.c.dougherty.civ@us.navy.mil)
 
Description
Naval Air Warfare Center Aircraft Division (NAWCAD), on behalf of PMA-273 (Naval Undergraduate Flight Training Systems), announces its intention to procure Contractor Logistics Services (CLS) for all maintenance, repair, and logistics support services, including labor, support equipment/tools, and direct and indirect material (with some specified exclusions), required to support T-54A (METS) and T-44C (Pegasus). 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 acquisition strategy 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 contemplated Product Service Code (PSC) for this requirement is J015 (Maint/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components). The contemplated North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation) with a Size Standard of $40M. 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 T-44C and T-54A are commercial derivative aircraft. The T-44C and T-54A support strategy is designed to incorporate the best features from commercial support systems and Naval Aviation Maintenance Program (NAMP).� The objective is to integrate the latest in technical support innovations with existing commercial operations/practices and continual product and process improvements to achieve an instructor/student flight hour program. The planned maintenance support efforts will leverage the commercial industrial base for T-44C and T-54A airframe and engine depot maintenance. NAWCAD intends to award a single contract. Planned award date is FY24. The T-44C services are currently being performed by DynCorp under Contracted Maintenance, Modification, Aircrew, and Related Services IDIQ task order N6134020F0040. �It is anticipated that this instant acquisition will provide the following support for the T-44C and T-54A on behalf of the United States: aircraft, engines, and support equipment, scheduled and unscheduled maintenance, 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).� Fulfillment of these requirements will take place primarily at the US government�s facilities but also within the Continental United States at field activities� main operating bases. Each contractor shall furnish all labor, services, equipment, tools, parts, materials, and consumables to fulfill requirements. Each contractor shall maintain an up-to-date technical library and support NAMP qualifications and certifications to include Federal Aviation Administration, licensed Airframe & Powerplant mechanics. Each contractor shall only subcontract to Title 14, Code of Federal Regulations (CFR) Part 145 certified repair stations for repair and depot for components, airframe and engine maintenance/repair. 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 and overhead costs 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: The Government requests that each interested party (respondent) respond to the questions listed in the attached T-44C and T-54A (METS) Capabilities Questionnaire by email to Procuring Contracting Officer, Ms. Kathleen Dougherty via e-mail at Kathleen.c.dougherty.civ@us.navy.mil. In addition, request that each respondent submit a Capability Statement package demonstrating the respondent�s ability to fulfill the above-described requirements. Only completed T-44C and T-54A (METS) Capabilities Questionnaires and Capability Statements received not later than the response date indicated in this Notice will be considered by the Government. The capability statement should provide additional information on companies� ability to meet the requirements as reflected above.� Each respondent is advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides only general information. �Aside from the T-44C and T-54A (METS) 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 (not to include any submitted PWS� or SOWs). The Government requests that respondents deliver completed T-44C and T-54A (METS) Capabilities Questionnaires, Capability Statements and PWS� or SOWs 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, Unique Entity ID, and point of contact information (name, position, phone number and email address). In order to complete its review, the Government 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 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 Ms. Kathleen Dougherty via e-mail at Kathleen.c.dougherty.civ@us.navy.mil.� Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail to Ms. Kathleen Dougherty will not be considered. Questions regarding this sources sought must be emailed to the Government point of contact listed on this Notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0cd48f292ebe4cc7b80ff9b43f3cc71b/view)
 
Place of Performance
Address: Corpus Christi, TX, USA
Country: USA
 
Record
SN06587922-F 20230211/230209230118 (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.