Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

J -- F/A-18 & EA-18G Aircraft Support Services

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00421-10-R-0020
 
Archive Date
7/17/2010
 
Point of Contact
Tonya J. Lakner, Phone: 3013420262
 
E-Mail Address
tonya.lakner@navy.mil
(tonya.lakner@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
*Please see Sources Sought notice N00421-10-R-0020A. INTRODUCTION The Naval Air Systems Command, Test & Evaluation Contract Services Branch (AIR-2.5.1.7), Patuxent River, Maryland is seeking information for potential sources regarding industry ability to provide maintenance support to the VX-23 F/A-18 and EA-18G Maintenance and Modification Support Services The results of this Sources Sought will be utilized to determine if any competitive or Small Business Set-Aside opportunities exist prior to determining the method of acquisition and issuance of a Request for Proposal (RFP). All Small Business Set-Aside categories will be considered. PLACE OF PERFORMANCE Percentage of Effort 100% NAWCAD, Patuxent River, Maryland Government (On-Site) 98% Contractor (Off-Site) 2% Note: All positions identified in the PBSOW are on-site with the exception of the limited Engineering support at the contractor facility. 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." PROGRAM/CONTRACT BACKGROUND The F/A-18 & EA-18G Project Team assigned to the VX-23 Squadron located at Naval Air Warfare Center Aircraft Division (NAWCAD), Patuxent River, MD has a requirement for aircraft maintenance and modification support services. The F/A-18 Project Team requires support that includes maintenance (Operational, Intermediate, Depot level), manufacturing of parts, instrumentation and engineering support for all models of the F/A-18 & EA-18G aircraft and future variants (domestic and Foreign Military Sales) for ground and flight test programs conducted at NAWCAD, Patuxent River, MD. The attached Statement of Work details requirements to provide flight test maintenance and related support to these programs. REQUIRED CAPABILITIES The Government requirements to provide flight test maintenance and related support to the F/A-18 & EA-18G Project Team include, but are not limited to, the following capabilities: technical engineering and aircraft instrumentation support; scheduled/unscheduled aircraft maintenance; parts manufacturing and fabrication support; aircraft systems support; aircrew support; laboratory support; material handling support and hazardous material program; documentation support; inventory control; quality assurance; and facilities support. Additionally, the contractor shall provide engineering and maintenance support as required for NADEP Integrated Maintenance Concept (IMC) Periodic Maintenance Inspections (PMI-2) level efforts at NAWCAD, Patuxent River for NAVAIR assigned F/A-18 and future variants aircraft. This requirement is a follow on procurement. A draft Performance Based Statement of Work (PBSOW) is attached for review. The period of performance for this requirement is a three-month base period, four (4) one year option periods and one (1) nine-month period for a total of 5 years. The total Level of Effort for the five years is estimated to be 629,000 man-hours. Approximately 2% of the work will be conducted at the contractor site and 98% at the Government site. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. SPECIAL REQUIREMENTS A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret" Facility Clearance and "Secret" Safeguarding capability. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Positions described in the PBSOW require either a Secret or Top Secret security clearance. The security requirements have been signed and updated since the previous contract. ELIGIBILITY The appropriate North American Industry Classification System (NAICS) Code is 488190 with a Size Standard of $7 Million. It is anticipated that the basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. SUBMISSION DETAILS Feedback from industry is being sought on the PBSOW. Industry documentation submissions shall address, as a minimum, the following: Company profile to include current number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. Interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Technical Description and draft PBSOW. Capability statements shall also address the following questions: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can your company or has your company managed a task of this nature? If so, please provide details. 3.) Can your company or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure your company's capability to perform the tasks? 5.) Provide an explanation of your company's ability to perform the tasking described in this PBSOW. 6.) Provide your company's experience with the F/A-18E/F/G pre-production test aircraft accountable to VX-23. 7.) Provide your management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontracting/teaming arrangements, and strategy for recruiting and retaining qualified personnel. 8.) Provide resources available such as corporate management policies, quality certifications, and currently employed personnel to be assigned tasks under this effort to include professional qualifications, specific experience of personnel, and ability to have personnel located at the sites specified. Respondents to this notice also must indicate whether they are a large business or qualify 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. In addition, interested parties are requested to submit proposed Performance Standards and associated Acceptable Quality Levels for the requirement in accordance with Performance-Based Services Acquisition (PBSA) policy. Interested businesses responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist in Microsoft Word or Portable Document Format (PDF) at tonya.lakner@navy.mil no later than 10:00 a.m. Eastern Standard Time on 2 July 2010 and reference this synopsis number on all attached documents. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, telephone number, fax number, and email address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. 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 Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-10-R-0020/listing.html)
 
Place of Performance
Address: Patuxent River, Maryland, United States
 
Record
SN02186695-W 20100625/100623235706-45685d2aaf9deccef74b32e7beade209 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.