Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 29, 2024 SAM #8403
SOLICITATION NOTICE

N -- Pre-Solicitation and Industry Day Notice for H-1 Modernization Services

Notice Date
11/27/2024 6:53:46 AM
 
Notice Type
Presolicitation
 
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
 
Response Due
12/4/2024 1:00:00 PM
 
Archive Date
12/19/2024
 
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
DESCRIPTION: The Naval Air Systems Command (NAVAIR), H-1 Program Office (PMA-276), is excited to announce issuance of a pre-solicitation notice as well as the notice for an 8(a) Small Business Virtual Industry Day related to the H-1 Modernization services sources sought notice N00019-23-RFPREQ-APM276-0276-rev1. The purpose of the pre-solicitation and Industry Day is to provide potential Offerors a better understanding of the work required and to accept feedback on the Draft Performance Work Statement (PWS), Draft Contract Line Item (CLIN) structure, and the ability for vendors to price to the Draft CLIN structure. Industry Day will be held 1000 EST on 16 December 2024. The Draft PWS, Draft CLIN Structure, and an event link will be provided via DoD Safe on 5 December 2024, following vendor registration no later than 1600 EST on 4 December 2024 and verification by the Government of an active/valid SAM.gov account. Please provide any questions to the Government by 1200 EST on 12 December 2024. PRE-SOLICITATION INFORMATION THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND PROVIDED FOR INFORMATIONAL PURPOSES ONLY. PMA-276 intends to conduct a competitive 8(a) small business set-aside procurement for on-site Organizational and Intermediate level maintenance; and Depot level modification for the AH-1Z and UH-1Y aircraft utilized by the United States Marine Corps (USMC). 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 notice 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 pre-solicitation. NAVAIR plans to release a Draft Request for Proposal (RFP) for industry review and comment in the Second Quarter (Q2) of Fiscal Year 2025 (FY25) with the Final RFP anticipated to be released approximately 30 days after Draft RFP release. ANTICPATED PERIOD OF PERFORMANCE The basic contract performance period is anticipated to be a five-year base ordering period with two (2) one-year option ordering periods for a total maximum duration of seven (7) years. Performance is anticipated to begin in Q2 FY26. ANTICIPATED CONTRACT TYPE Single Award, Indefinite Delivery Indefinite Quantity (IDIQ) with Fixed Price Contract Line Item Numbers (CLINs). 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. REQUIREMENTS INCLUDE: 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. Depot Level Aircraft Modification Installation (Mod Install) requirement scope includes: 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 COR. 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. RESPONSES All data received in response to this pre-solicitation 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. THE SOLICITATION WILL BE AVAILABLE ONLY IN ELECTRONIC FORMAT. The Draft RFP will be posted to https://PIEE.eb.mil/ and https://SAM.gov/content/opportunities on or around February 2025. IT IS THE CONTRACTOR�S RESPONSIBILITY TO CHECK THE WEBSITES DAILY FOR ANY AND ALL AMENDMENTS TO THIS SOLICITATION. Prospective offerors MUST register themselves on the aforementioned websites. RFPs will not be faxed and will be available only at the internet website addresses listed above. 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. INDUSTRY DAY - CONTRACTOR FEEDBACK: Attendees are encouraged to review the Draft PWS and Draft CLIN structure and submit questions or comments in writing using the attached form, Industry Feedback Tracker.xlsx, by 1200 EST on 12 December 2024 to Rachel Moreau at rachel.e.moreau.civ@us.navy.mil and Jeanette Moronta at jeanette.p.moronta.civ@us.navy.mil. Although questions are encouraged during the presentation or one-on-ones, the Government respectfully requests that all verbal questions are followed-up in writing by 1200 EST, 6 January 2025 to enable the Government to provide complete and thorough responses. The written questions shall be submitted via email to Rachel Moreau and Jeanette Moronta. This will be industry�s final opportunity to ask questions in advance of Draft RFP release. All feedback shall be unclassified. Any proprietary information provided in the questions or comments shall be marked or annotated accordingly. All non-proprietary industry feedback and/or clarification questions received will be added to this tracker with a Government response and posted to SAM.gov prior to releasing the Draft RFP. INDUSTRY DAY - REGISTRATION REQUIREMENTS: All companies interested in attending the H-1 Modernization 8(a) Small Business Virtual Industry Day shall submit company names and attendee lists no later than 1600 EST, 4 December 2024 via e-mail to Rachel Moreau and Jeanette Moronta. The subject line of the RSVP email shall be limited to: H-1 Modernization Industry Day RSVP from (Company Name). The body of the email shall include: Each attendee�s Name Position/Title Email address Phone number Citizenship status Residency Indication as to the Company's Name Commercial and Government Entity (CAGE) Code Small business status U.S. ownership status And include a note indicating whether the company wishes to participate in a one-on-one session Phone registration will not be accepted (e-mail only). Please limit participation to four (4) people per vendor. Companies are encouraged to submit any additional questions via email to Rachel Moreau and Jeanette Moronta no later than 1200 EST, 12 December 2024, for the briefing to be as informative as possible. The Government is offering 8(a) small businesses the opportunity to register for a virtual one-on-one session with Government personnel to discuss their questions. The purpose of the one-on-one sessions is to allow 8(a) small business representative(s) an opportunity to provide questions and/or comments on the Draft PWS and/or Draft CLIN structure to help the Government obtain a clear understanding of the party�s feedback. The one-on-one is not to be used as a business development opportunity. Upon receipt of all one-on-one requests, the Government will provide each requestor with the scheduled time period (15-20 min) reserved for their one-on-one session. PIEE REGISTRATION ADDITIONAL NOTICE In accordance with Director, Defense Pricing and Contracting (DPC) and NAVAIR Policy, the solicitation module in the Procurement Integrated Enterprise Environment (PIEE) Tool is the authorized means of competitive proposal receipt. Accordingly, vendors will need to have or gain access to PIEE to enable secure, timestamped submission of contract proposals. To obtain a new PIEE account, please see the guidance at the following link: https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/govtAndGovtContRegister.xhtml PIEE users who have an existing account, but need to add a role in the Solicitation module should log into PIEE and on the landing page, select �My Account� and �Add Additional Roles.� The system will prompt the user through multiple screens wherein account information is updated. On the Modules/Roles screen, select the following: Solicitation Module/Solicitation Manager role. ALL QUESTIONS shall be directed to the POCs identified in this announcement. DISCLAIMERS: 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 ANNOUNCEMENT. THIS INDUSTRY DAY IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A RFP/SOLICITATION OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS NOTICE DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS PRESOLICITATION NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS ANNOUNCEMENT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36bddcd507b14729b49954dcad234ebf/view)
 
Place of Performance
Address: Oceanside, CA, USA
Country: USA
 
Record
SN07276967-F 20241129/241127230105 (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.