Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2025 SAM #8535
SOURCES SOUGHT

J -- T-6 Aircraft Conditional Inspection & Strip and Repaint

Notice Date
4/7/2025 12:06:13 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421-24-RFPREQ-TPM273-0479
 
Response Due
4/22/2025 2:00:00 PM
 
Archive Date
05/07/2025
 
Point of Contact
Casey Bacon, Phone: 2405770010, Lauren Martz
 
E-Mail Address
casey.a.bacon.civ@us.navy.mil, lauren.r.martz.civ@us.navy.mil
(casey.a.bacon.civ@us.navy.mil, lauren.r.martz.civ@us.navy.mil)
 
Description
UPDATED as of 4/7/2025: THIS SOURCES SOUGHT IS AMENDED TO EXTEND THE DUE DATE OF RESPONSES TO NO LATER THAN 22 APRIL 2025 @ 5:00PM ET. ALL OTHER ASPECTS REMAIN THE SAME. _______________________________________________________________ The purpose of this sources sought is to provide additional guidance and information on partial requirement modification to previously posted sources sought N0042122RFPREQTPM2730466 (FY23 T-6 Aircraft Conditional Inspection & Strip and Repaint), specifically towards the T-6 Peculiar Support Equipment, additional strip-and-paint optional requirements, and the submission of responses. As this is a re-engagement of industry on the previously communicated requirement under Original Notice N0042122REFPREQTPM2730466, the description is largely unchanged from Notice ID N0042122REFPREQTPM2730466. Updated and revised information from Original Notice N0042122RFPREQTPM2730466 is bolded. In an effort to receive maximum industry participation, this sources sought is posted to re-engage industry. The Govenrment encourages all interested parties* to submit capability statements in order to perform thorough market research. Only attachments that have been updated since the original N0042122RFPREQTPM2730466 April 2023 sources sought posting are provided in this update; please refer to Notice ID N0042122RFPREQTPM2730466 for other related attachments to this sources sought. *NOTE: Companies who have already responded to the original Notice ID N0042122RFPREQTPM2730466 sources sought posting in April 2023 are not requested to provide updated responses unless its capabilities have changed in such a way to impact its abilities to perform the requirements. For any new respondents who did not previously respond to Notice ID N0042122RFPREQTPM2730466: the Government requests only a company capability statement; companies are not asked to address previously posted T-6 ACI Capabilities Questionnaire under Notice ID N0042122RFPREQTPM2730466. _______________________________________________________________ T-6 Aircraft Conditional Inspection & Strip and Repaint THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. 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 and finalizing 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 336411 (Aircraft Manufacturing) with a Size Standard of 1,500 employees. Requirement Statement: The Department of the Navy, Program Management Air 273 (PMA-273) located at Patuxent River, MD intends to procure T-6A and B Aircraft Conditional Inspection (ACI) and Repaint services required to support the Chief of Naval Air Training (CNATRA) command. The release of a solicitation is anticipated in the fourth quarter of fiscal year (FY) 2025 to support a third quarter FY 2026 contract award. The resulting Contract is anticipated to be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract to include a 240 day base performance period and up to four (4) option performance years for all ACI and Strip and Repaint services specified. The CLIN structure is in development to accommodate the known (fixed) and unknown aspects of the support required during each performance period. The Government welcomes industry feedback on efficient CLIN structuring to include a combination of fixed price and cost type CLINs when reasonable and necessary. A draft Performance Work Statement (PWS) [Attachment (1A) of this sources sought] is hereby provided for further understanding of the required scope. Current ACI and Strip and Repaint services are performed at the Fleet Readiness Center South East in Jacksonville FL. To request information on this Navy depot facility, please follow the steps for the NAVAIR Freedom of Information Act (FOIA) process at http://www.navair.navy.mil/foia/request_instruc.html. This effort will require the contractor to receive up to ten (10) U.S. Navy T-6 aircraft annually to complete ACIs and perform Strip and Repaint prior to transfer back to the Navy; in addition, the effort will include contractual options for up to ten (10) additional T-6 aircraft to be inducted that will have only strip and repaint performed. The effort will require the contractor to stand up logistics support capability and establish all necessary pr.e-induction coordination with the Navy to induct, strip, inspect, maintain, troubleshoot, repair, service and reapply protective coatings prior to certifying the aircraft is airworthy and ready for Government acceptance and transfer back to the Navy. Additionally, the contractor will be required to provide the T-6 Support Equipment (SE) and Peculiar Support Equipment (PSE) necessary to perform the ACI in accordance with the most recent Aircraft Conditional Inspection Specification, Model T-6 A/B - U.S. Navy, U.S. Air Force, Revision (5) [provided as Attachment (2A)] on the quantity of aircraft anticipated during the contract. Attachment (3A) of this sources sought is provided as a list of the recommended SE / PSE for performance of the ACI in accordance with Attachment (2A). The first T-6 inducted for the ACI and strip and repaint effort will be considered a Stand Up to verify the Contractor's capability to successfully complete the first prototype aircraft. During this phase, verification will be made to ensure facilities, logistics, engineering, and processes between the Government and Contractor are in place prior to proceeding with additional aircraft inductions over the list of the IDIQ contract. The contractor will have a maximum of 240 calendar days to complete the first aircraft during the T-6 ACI Stand Up and 120 calendar days to complete each aircraft awarded in follow on contract options. See example overlapping schedule shown below. The ACI is required on Navy T-6 aircraft every 7 years and considered to be a Depot maintenance event requiring separation of the fuselage and wing to inspect for and correct discrepancies that cannot typically be accessed or corrected at the Navy Organizational maintenance level. As such, emphasis will be placed on areas of corrosion, correction of discrepancies required for safe flight certification and discrepancies or issues that must be addressed while the aircraft is disassembled. In all cases, utilization of maintenance best practices is expected to maintain airworthiness of the area until the next ACI event occurs. Corrosion treatment, repair, and prevention are also a particular focus area of the ACI, especially considering Navy T-6 operational environments. Requirements will define Government provided support to include ferry of aircraft to and from the contractor�s facility, Functional Check Flights (FCF) flight crews, engineering and the supply of repairable components from its existing inventory. It will also define requirements of the contractor to procure and manage its own inventory of parts and material and coordinate with the Government and Contractor Operated and Maintained Base Supply (COMBS) contractor to ensure planning and management is in place to address all risks and mitigate them in time to remain on schedule. Capability Statement Responses Requested: Responsible sources who did not respond to the original April 2023 sources sought under Notice ID N0042122RFPREQTPM2730466 are encouraged to provide a Capability Statement in either Microsoft Word or Portable Document Format (.PDF) by email to Naval Air Warfare Center Aircraft Division (NAWCAD) Contract Specialist, Ms. Casey Bacon, at casey.a.bacon.civ@us.navy.mil, with copies to the Contracting Officer, Ms. Lauren Martz at lauren.r.martz.civ@us.navy.mil. In order to identify and track your response, use the reference number N00421-24-RFPREQ-TPM273-0479 on your response as well. 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. Each capability statement package shall be no more than 15 single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum (not to include any submitted PWSs or SOWs). The deadline for responses shall be received by 5:00 pm eastern time (ET) on 18 April 2025. The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition. All responses shall include: Company name Size Status CAGE Code Unique Entity ID Points-of-Contact (POC) including name, phone number, and email address ***************************************************************************** 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f3a5e27937dc4c70ad0adf025bbc892c/view)
 
Record
SN07400174-F 20250409/250407230055 (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.