Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2025 SAM #8460
SOURCES SOUGHT

J -- Amendment-2 E-6B Sealant Removal and Replacement

Notice Date
1/23/2025 2:17:41 PM
 
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
Amendment-2-N00019-23-RFPREQ-APM271-0068
 
Response Due
2/7/2025 2:00:00 PM
 
Archive Date
02/22/2025
 
Point of Contact
Randy Putnam, Lisa Troccoli
 
E-Mail Address
randolph.a.putnam.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil
(randolph.a.putnam.civ@us.navy.mil, lisa.j.troccoli.civ@us.navy.mil)
 
Description
INTRODUCTION This is a follow-on to the Sources Sought Notice posted under Notice ID Amended-N00019-23-RFPREQ-APM271-0068 on 25 April 2023 for E-6B Sealant Removal and Replacement. Naval Air Systems Command (NAVAIR), Navy Airborne Strategic Command, Control, and Communications Program Office (PMA-271), is seeking sources for the procurement of services in support of the removal of aircraft fuel tank plumbing and fuel cells, existing EF-5992 and MIL-8802 sealant removal, application of MIL-C-27725 primer, reapplication of EF-5992 sealant, reinstallation of aircraft fuel tank plumbing and fuel cells, and pressure checks of the fuel cells and surfaces for leaks on up to ten (10) E-6B aircraft during aircraft depot maintenance inductions. The scope of work to be performed on the aircraft shall include Leading and Trailing Edge Spars (LTES), Body Buttock Line (BBL) 70.5, and Fuel Tanks. NAVAIR intends to award a single contract for this action. Period of Performance: Base award is a five year ordering period with options for two (2) additional ordering periods of 12 months each. Estimated start of work: third quarter Fiscal Year (FY) 2025 The place of performance is at Tinker Air Force Base Oklahoma City, Oklahoma. This market research tool is being used to identify potential and eligible firms, of all sizes, and will be utilized by the Government to refine its acquisition/contracting strategy. In addition, the responses to this notice will be utilized to validate if any Small Business Set-Aside opportunities exist. All Small Business Set-aside categories businesses (including the following subsets, HUBZone Small Business concerns; Certified 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Woman-Owned Small Business concerns) will be considered. 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. THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT. BACKGROUND The E-6B platform is integral to the U.S. nuclear command, control, and communications (NC3) enterprise, and provides assured capability for U.S. nuclear force execution. The existing MIL-8802 sealant creates weight challenges and limits the ability to perform effective and efficient maintenance inspections, thereby significantly impacting the effort to modernize and sustain the E-6B. These services are currently being performed under the following contract: Indefinite Delivery Indefinite Quantity (IDIQ) N0001918D0018 Contract Type, Firm Fixed Price (FFP) Incumbent: Performance Aircraft Systems, Inc. (PASI) (CAGE 00TC9) This was a total small business set aside award This contract is available at http://foia.navair.navy.mil REQUIRED CAPABILITIES Interested respondents must be able to demonstrate their ability to safely remove existing EF-5992 and MIL-8802 sealant, application of MIL-C-27725 primer, and reapply approved EF-5992 sealant without damage to aircraft structure. Companies must have experience with these services on fixed wing aircraft. Except for part supplier subcontractors, all prime and subcontractor employees performing services under a resulting contract must be U.S. citizens. The Government will not provide funding for a new business to enter the market for costs incurred to support any of the requirements identified above SPECIAL REQUIREMENTS The Contractor will be required to hold: Minimum Confidential security clearance for Contractor personnel and Government facility access An active Air Agency Certificate and Operations Specifications issued by the Federal Aviation Administration and must contain the specification used to perform aircraft fuel tank maintenance and repair services. ELIGIBILITY The contemplated NAICS code for this requirement is 488190 (Other Support Activities for Air Transportation) with a Small Business Size Standard of $40M. The contemplated Product Service Code (PSC) is J015 (Maintenance/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components). All vendors must be registered in Systems for award Management (SAM Database) with its DUNs number and Commercial and Government Entity (CAGE) Code in order to conduct business with the Department of Defense. SUBMISSION CONTENT The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, qualifications, and knowledge required to support the required capabilities and special requirements above. Corporate Information Company�s Name and Address; Companies point of contact including email address and phone number; Company�s business size and list of North American Industry Classification System (NAICS) codes under which goods and services are provided to include the following if applicable: Qualification as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern Specific Sources Sought Information Requested Interested respondents should provide a capability statement that addresses how they plan to satisfy the requirements defined herein and should at a minimum include the following: Proposed approach to meet the Government�s complete requirements described under Required Capabilities and Special Requirements; Rough Order of Magnitude (ROM) price for the performance of the efforts described above; Timeline in number of calendar days and/or hours to perform efforts described above; If there is a teaming agreement with other companies, the capability statement should discuss how the work efforts would be divided and should explain the corporate relationship between the parties (i.e. teaming arrangement, prime-subcontractor, joint venture, etc.); and A description of the company�s past experience and performance on similar contracts. The past experience should be specific to stripping MIL-8802 and EF-5992 sealants, and sealing aircraft surfaces with EF-5992 sealant. The respondent should address current and prior experiences within five years from the date of this notice. Past performance descriptions shall include, but are not limited to: What aircraft derivatives the respondent previously performed similar work on. Whether the past performance was for commercial and/or military entities. Respondents are advised against submitting a Capability Statement that merely mimics information within this notice, providing brochure-like information, or general marketing information. SUBMISSION DETAILS Means of Delivery: All capability statements should be sent via email to Randy Putnam at randolph.a.putnam.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the subject �[CONTRACTOR NAME] E-6B Sealant Removal and Replacement�. Large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security. Media: Responses shall be in Microsoft Work and/or Microsoft Excel format, or Portable Document Format (PDF). Microsoft Office versions older than 2016 may not be accessible for NAVAIR. Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum. Marking: If the material provided contains proprietary information, please mark accordingly, and provide disposition instruction (submitted data will not be returned). All responses must be unclassified. 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. Questions regarding this notice must be emailed to the Government point of contacts identified within this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5765dbe9a2ba417eb0e7693f1337ab49/view)
 
Place of Performance
Address: Oklahoma City, OK, USA
Country: USA
 
Record
SN07322005-F 20250125/250123230110 (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.