Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2025 SAM #8783
SOLICITATION NOTICE

J -- ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services

Notice Date
12/11/2025 1:48:22 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
 
ZIP Code
20670
 
Solicitation Number
N6852026R1001
 
Response Due
1/22/2026 12:00:00 PM
 
Archive Date
03/27/2026
 
Point of Contact
Ndidiamaka Umeh, Phone: 3017575160, Kurt Dronenburg, Phone: (240) 298-4610
 
E-Mail Address
ndidiamaka.umeh@navy.mil, kurt.j.dronenburg.civ@us.navy.mil
(ndidiamaka.umeh@navy.mil, kurt.j.dronenburg.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8a Competed
 
Description
This notice is being provided to inform industry that this is the RFP/solicitation for ASE Maintenance, Repair, Overhaul and Logistics (MROL) Support Services. This is a follow up to the Pre-Solicitation Notice on SAM.gov under Notice ID: N68520-25-RFPREQ-QK00000-0063-DraftRFP. Background/Requirement: Sources Sought Notice posted 12 March 2025 and closed on 27 March 2025. Presolicitation Notice for Draft PWS/SOW posted on 12 June 2025 and closed on 26 June 2025. Presolicitation Notice for Draft RFP posted 22 September 2025 and closed on October 07, 2025, with an updates on 30 September 2025 to respond to no Industry Day and on 07 November 2025 to provide industry Government responses to industry questions, comments and/or feedback. The work required by this contract includes modernization, conversion, in-service repair, disassembly, and all other categories of MROL as stated in NAVAIR Instruction (citation). The Contractor shall provide SE Depot level (D-level) and Intermediate (I-Level) scheduled (preventative) and unscheduled (restorative) maintenance; which includes the servicing, functional and operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; making structural repairs, manufacturing of SE parts; incorporation of approved modifications, support configuration, reclamation, and conversions and perform corrosion control to include paint and final finish of SE. This includes logistical support and capabilities that will complement and enhance the work required herein. This acquisition is being competed as a total 8(a) small business set aside. Contract Type: Cost Plus Fixed Fee Anticipated Period of Performance: January 2027 to January 2032, five(5) one (1)-year ordering periods with a 6-month option to extend services. All offers/responses must be submitted under the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Amendment 0001: Attachment 30 -Solicitation Sections L_M, Section L, Part A, paragraph 4.4. Questions to this solicitation must be submitted by January 5, 2025 12:00PM ET. Offerors are cautioned not to include proprietary information in any questions because the Government may release it to all Offerors. The Government reserves the right not to respond to any questions received concerning this RFP after the deadline and it is not the Government�s intention to extend the proposal due date to questions and answers received after the deadline. Please use the Attachment 35 - Attachment Question Submittal Form_FinalRFP document to submit questions for review. Questions submissions should be emailed to both the Contract Specialist, Ndidiamaka Umeh ndidiamaka.n.umeh.civ@us.navy.mil and PCO, Kurt Dronenburg kurt.j.dronenburg.civ@us.navy.mil. Site Visit Opportunity: The Government will have one (1) day for a site visit at Fleet Readiness Center ASE Solomons, B AVENUE BLDG 105, SOLOMONS MD 20688-0054 on Friday January 16, 2025 from the hours of 8AM-12PM ET. There will be no other opportunities for a site visit. Government Representative, Charles Seader charles.k.seader.civ@us.navy.mil, is coordinating this site visit and all communications to participate must be directed to him no later than close of business January 7, 2026. In order to participate in this site visit, there are requirements that must be met. As this is an 8(a) set-aside requirement, only 8(a) offerors are allowed to participate and must provide documentation as proof of 8(a) status that the Government can verify. The Government will not be responsible for any costs in offeror participation in the site visit. Each 8(a) offeror must provide their own travel and transportation costs. Requirements: maximum two (2) representatives from each 8(a) offeror, maximum one (1) car per 8(a) offeror, each representative must submit the following information to Charles Seader: Maiden Name, Birth Date, Birth Country, Birth City and State, Citizenship, Country of Residence, Phone Number, Position/Title, Employment Organization, DL # State and Expiration Date, Cage Code.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/518e552a719d42698e8fefc1159bc9a3/view)
 
Place of Performance
Address: FLEET READINESS CENTER ASE, BLDG 105 B AVENUE, SOLOMONS MD 20688, Solomons, MD 20688, USA
Zip Code: 20688
Country: USA
 
Record
SN07663106-F 20251213/251211230033 (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.