Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 09, 2023 SAM #7925
SOURCES SOUGHT

J -- Aircraft Maintenance and Modification Services in Support of the Presidential Helicopter

Notice Date
8/7/2023 6:27:01 AM
 
Notice Type
Sources Sought
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM274-0221
 
Response Due
8/28/2023 6:00:00 AM
 
Archive Date
12/31/2023
 
Point of Contact
Brittany S. Reynolds, Phone: 4106106420, Marie Boren, Phone: 3017579054
 
E-Mail Address
brittany.s.reynolds3.civ@us.navy.mil, marie.n.boren.civ@us.navy.mil
(brittany.s.reynolds3.civ@us.navy.mil, marie.n.boren.civ@us.navy.mil)
 
Description
Title:� Aircraft Maintenance and Modification Services in Support of the Presidential Helicopter INTRODUCTION The Naval Air Systems Command (NAVAIR) is seeking sources to provide aircraft maintenance and modification services in support of the Presidential Helicopters Program. 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. �The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist.� Additionally, this sources sought is being used to gather constructive information from industry to improve the request for proposal (RFP). DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� IT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SUPPLIES/SERVICES DESCRIBED HEREIN, PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.� THIS IS NOT A REQUEST FOR PROPOSALS.� 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.� 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.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT IS STRICTLY VOLUNTARY. ANTICIPATED CONTRACT INFORMATION Anticipated Contract Type: Single Award, Indefinite Delivery Indefinite Quantity (IDIQ), cost-type contract line item numbers (CLINs). �Anticipated Level of Effort: �Approximately 165 full-time equivalents, per year Anticipated Award Date:� 1st QTR FY25 Anticipated Period of Performance:� Five (5) years Required Security Classification: Facility Clearance Level:� TOP SECRET including Sensitive Compartmented Information (SCI) AND Yankee White access Safeguarding at the Contractor Facility: �None DPAS Priority Rating:� DX REQUIRED CAPABILITIES The Contractor shall provide a highly qualified workforce to support Organizational, Intermediate and Depot-Level Tasks in support of Presidential Helicopter platforms.� Specific tasking shall include: flight operations support; aircraft maintenance; aircraft and component overhaul and repair; technical assistance; modification kit development and installation; aircraft acceptance/transfer inspections; tool room management; technical directive incorporation; bulletin compliance and demilitarization activities.� The contract requires Mission Essential services and emergency response operations, 24 hours a day, seven (7) days a week, as required. Contractor personnel shall have the ability to obtain a SECRET or TOP SECRET security clearance depending on the position.� A specific number of positions will require approved Yankee White access on the first day of the period of performance, which requires a current Tier 5 background investigation. The Contractor must have an adequate accounting system in accordance with FAR 16.301-3(a)(3) in order to be eligible for award of a cost-type contract. PLACES OF PERFORMANCE���������������������� An estimated 98 percent of the work will be performed at the Government site and two (2) percent of work will be performed at Contractor site. �The principal place of performance for Government site is Naval Air Station Patuxent River, MD. �Some tasks may require off-site work locations as necessary. ELIGIBILITY The Government is considering the following North American Industry Classification (NAICS) codes for this requirement is 488190 - Other Support Activities for Air Transportation The anticipated Product Service Codes (PSC) are J015 - Maintenance, Repair, and Rebuilding of Equipment - Aircraft and Airframe Structural Components and J016 Maintenance, Repair, and Rebuilding of Equipment - Aircraft Components and Accessories All businesses, regardless of size, are eligible to reply to this request. SUBMISSION INFORMATION Interested businesses should submit a capabilities statement package demonstrating the ability to perform the services covered under the required capabilities.� It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the tasking listed under the required capabilities.� This documentation must address at a minimum the following: Company Name; Company Address; CAGE Code, Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status and socio-economic set-aside status, if applicable. Small businesses shall provide an explanation of your company�s ability to perform at least 50% of the tasking described in the required capabilities section, either individually or along with any combination of small businesses. Prior/current corporate experience performing efforts of similar size and scope to the tasking described under Required Capabilities Section within the last three (3) years, including contract numbers, indication of whether as a prime or a subcontractor, contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract relates to the proposed required capabilities and scope of performance. This contract will include performance up through and including TOP SECRET // Sensitive Compartmented Information.� Additionally, this contract will require a number of positions with additional background investigative requirements associated with Department of Defense Directive 5210.55 for Yankee White access.� Please describe your previous experience associated with performing at these security levels and the ability to provide appropriately cleared personnel.� Please note, prior corporate experience performing at these security levels is under consideration as a pre-requisite for proposal. Describe the Company�s ability to begin performance upon the anticipated contract date inclusive of a six (6) month transition timeframe for positions requiring personnel with current Tier 5 background investigations being approved for Yankee White access and performance at NAS Patuxent River, MD. Statement regarding adequacy of accounting system in accordance with FAR 16.301-3(a)(3). Optional:� The Government would like to understand if there are any barriers prohibiting competition within Industry with respect to this procurement.� Please identify potential barriers to competition and any recommended mitigations approaches to enable increased competition. �Please limit the optional response to no more than one (1) page. Interested parties are advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information. Acknowledgement of receipt will be provided.� All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR 15.207.� Responses to this Sources Sought, including any capabilities statement, shall be electronically submitted via email, in either Microsoft Word or Portable Document Format (PDF).� The deadline for response to this request is 9:00a.m, Eastern Standard Time, 28 August 2023. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected.� Information and materials submitted in response to this request WILL NOT be returned.� Classified material SHALL NOT be submitted.� No phone calls will be accepted.� All questions must be submitted via e-mail.� 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 these Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/816f6ee3c2764579bffc7649ef4f93e1/view)
 
Place of Performance
Address: Patuxent River, MD 20670, USA
Zip Code: 20670
Country: USA
 
Record
SN06779945-F 20230809/230807230055 (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.