Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2024 SAM #8237
SOURCES SOUGHT

N -- H-1 Modernization Services 8(a)

Notice Date
6/14/2024 11:35:08 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-23-RFPREQ-APM276-0276-rev1
 
Response Due
7/12/2024 1:00:00 PM
 
Archive Date
07/27/2024
 
Point of Contact
Rachel Moreau, Jeanette Moronta (PCO)
 
E-Mail Address
rachel.e.moreau.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil
(rachel.e.moreau.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
INTRODUCTION�� The Naval Air Systems Command (NAVAIR) is issuing this Sources Sought as a means of conducting market research to identify 8(a) small business concerns who possess the expertise, capabilities, and experience to maintain and modify H-1 helicopters at Camp Pendleton, CA and New River, NC. Potential activities include: Organizational and Intermediate Level Maintenance and Depot Level Modification. The prospective contractor shall furnish Depot Level Modification tools. The level of security clearance for this requirement is at the SECRET level. Foreign firms or U.S. companies determined to be under Foreign Ownership, Control, or Influence (FOCI) will not be permitted to participate.� Contractors/Institutions responding to this market research are placed on notice that participation in this statement may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this Sources Sought.�� ANTICPATED PERIOD OF PERFORMANCE � There will be potential for up to a seven-year period of performance with coverage to begin Q3 FY26. The anticipated contract period of performance is a five-year Base with 2 one-year Option periods.?� ANTICIPATED CONTRACT TYPE�� The anticipated contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) with Firm Fixed Price (FFP) Contract Line Item Numbers (CLINs).� DISCLAIMER�� THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND IS A MARKET RESEARCH TOOL BEING USED IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATION (FAR) SUBPART 15.2 TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A SOLICITATION. THE GOVERNMENT IS NOT OBLIGATED TO AND WILL NOT PAY FOR ANY INFORMATION RECEIVED FROM POTENTIAL SOURCES AS A RESULT OF THIS SOURCES SOUGHT. THE GOVERNMENT WILL NOT RETURN SUBMITTALS TO THE SENDER. RESPONDENTS TO THIS SOURCES SOUGHT MAY BE REQUESTED TO PROVIDE ADDITIONAL INFORMATION BASED ON THEIR INITIAL SUBMITTALS.� REQUIRED CAPABILITIES�� The Government has a requirement to provide Organizational and Intermediate (Field) Level Maintenance and Depot Level Modifications for H-1 helicopters. This requirement includes performance of maintenance, depot level modification, and inspection and repair of aircraft. Efforts will include on-site Organizational and Intermediate level maintenance and Depot level modification support at customer (Government-owned or Government�-leased) facilities located predominantly at Camp Pendleton, CA and New River, NC, but could include other locations within the continental United States (CONUS).�� All work performed by the site Contractor team shall be accomplished in accordance with applicable publications, technical directives, instructions, standards, and procedures contained in pertinent manuals utilizing blueprints, drawings or schematics as provided by the Program Office through a Contracting Officer's Representative (COR). All applicable technical manuals, forms, publications, bulletins, directives, specifications, standards, and field procedures guides shall be utilized and will be provided. When a publication provided by the Government is subsequently revised, supplemented, replaced or rescinded, the Contractor, upon notification or receipt of it, shall comply. Contractor will be required to correct any contractor rework discrepancies noted as authorized by a COR.�� Organization Level Maintenance requirements:�� Scheduled and unscheduled maintenance�� Maintenance Control planning and management�� Aircraft maintenance action documentation via logs, records, forms, and electronic�� Flight Line operations/functions�� Support Equipment (SE) operation and inspection�� Aircraft inspections�� Aircraft movement�� Corrosion Control/Aircraft Painting�� Troubleshooting� Preservation and de-preservation�� General aircraft maintenance�� Technical Directive (TD) compliance and modifications�� Tool Control Program Tool issue/receipt supporting aircraft maintenance shops including hazardous materials, tool room/box/pouch configuration�� Individual Material Readiness List (IMRL), and Metrology and Calibration (METCAL) Program Management�� Maintenance Data System Administrator / Analyst (SA/A)�� Maintain Aircraft, Engines, and SE Logbooks�� TD Program Coordinator�� Aviation Life Support System (ALSS) Maintenance�� Material Control (Supply)�� Central Technical Publications Library Program Management� Depot Level Aircraft Modification Installation (Mod Install)� Note: This list is not meant to be exhaustive or inclusive of all that may be required.�� MOD INSTALL REQUIREMENTS:� Depot-Level (D-Level) modification is performed on materiel requiring major overhaul or a complete rebuild of parts, assemblies, subassemblies, and end items, including the manufacture of parts, modification, testing, and reclamation, as required. It supports maintenance activities by more extensive shop facilities and personnel of higher technical skill than are normally available at the lower levels of maintenance.�� Modernization requirements will be provided via TDs and/or Instructional Data Packages available via Naval Air Technical Data and Engineering Service Center (NATEC) and/or furnished by the Contract Office Representative.�� Validation and Verification: The process for determining the accuracy and adequacy of a proposed TD and reporting results to the preparing activity. Validation and Verification is the actual installation of change kits, incorporation of changes or performance of inspections by personnel of the prescribed skill, using a proposed TD, support equipment and special tools available at, and in an environment comparable to, the average service facilities of the lowest authorized compliance maintenance level.� INSTRUCTIONS�� Part I. Business Information�� If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on Subcontracting, Deviation 2021-O0008 rev 1 is now in effect which includes the definition of �Similarly Situated Entity� and provides a methodology for the 50% calculation for compliance with the clause. Small business primes may count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008 rev 1 dated 02/15/23 at https://www.acq.osd.mil/dpap/policy/policyvault/USA000277-23-DPC.pdf ).� To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government�s capability determination. � Small businesses please address the following as appropriate:� Identify your firm�s CAGE code� Identify if your firm is considered small under the size standard (1,500 employees) associated with the chosen NAICS code (336411)� Identify your firm�s socio-economic status (please indicate all that apply: WOSB, EDWOSB, SDVOSB, HUBZone, SDB, 8(a))� Part II. Capability Statement Questions � Does your company.... (yes/no)� Have at least one year of experience performing Government efforts of similar size and scope to the tasking described under ""Required Capabilities"" within the last three years?� Have the ability to staff this effort with qualified personnel?� Currently possess and/or do you have the ability to obtain a minimum of a SECRET level security clearance in accordance with Defense Security Service (DSS) standards?� Currently employ personnel on staff that can install, test and certify complex aircraft modifications?� Hold a current AS9100 or AS9110C Certifications with no exclusions and with the appropriate revision to include the specific categories for which you have certification?� Possess the ability to perform at least 51% of the tasking described in �Required Capabilities�, either individually or along with any combination of small businesses?� Give an example of specific technical skills your company possesses to ensure capability to perform the tasking described under �Required Capabilities.�� Describe your company's existing experience with aircraft modification and�maintaining aircraft and aircraft components. Give an example of specific technical experience your company possesses to maintain the aircraft. � RESPONSES�� Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted via email to Rachel Moreau at rachel.e.moreau.civ@us.navy.mil, in either Microsoft Word or Portable Document Format (PDF), and should be no more than 10 pages in length, single�-spaced, 12-point font minimum. The deadline for response to this request is 4:00 p.m., Eastern Daylight Savings Time, 12 July 2024.� 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 to Rachel Moreau at rachel.e.moreau.civ@us.navy.mil. 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/c58bc280587743f89ce7f334afb055b1/view)
 
Place of Performance
Address: Oceanside, CA, USA
Country: USA
 
Record
SN07098548-F 20240616/240614230127 (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.