Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2011 FBO #3491
SOURCES SOUGHT

J -- The Theatre Aviation Sustainment Maintenance Group (TASMG) AVUM/AVIM/Depot Support

Notice Date
6/14/2011
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-11-R-0001
 
Response Due
6/29/2011
 
Archive Date
8/28/2011
 
Point of Contact
Ryan L. Borgmeyer, 573-638-9632
 
E-Mail Address
USPFO for Missouri
(ryan.borgmeyer@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential business sources, especially small business sources, prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers, the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the Missouri Army National Guard in conducting Market Research of industry to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, knowledge and ability required to support the requirement. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal Request for Proposal which would be announced on Federal Business Opportunities, www.FBO.gov. The USPFO for Missouri is seeking firms capable of providing Aircraft Unit, Intermediate and Depot Level Maintenance and Preservation/Corrosion Control Services for the MO Army National Guard, 1107th AVCRAD, Springfield, Missouri; in several regional locations. This effort includes all maintenance, repair, including labor, required to perform unit, intermediate and depot level maintenance on aircraft; aircraft components such as tires, wheels, and brakes; avionics and electrical components; instruments; batteries; aviation life support systems such as life rafts, flotation devices, parachutes, survival kits and their contents, aircrew flight clothing and gear; and support equipment (SE); machine shop, calibration, nondestructive inspection, welding, and other services. Provide support to all aircraft in the support region which includes but is not limited to: UH-60, AH-64, UH-1, OH- 58, CH-47, LUH-72 and UAV/UAS, as necessary. Government-owned parts, equipment, tools and material procurement systems will be used for material support. The applicable NAICS code is 488190, Aircraft Maintenance and Repair Services. The Product Service Code is J015. It is requested that interested small and large businesses carefully review the attached draft Performance Work Statement (PWS) and submit to the contracting office a capabilities statement package (no more than 15 pages in length, single spaced, and 10 point font minimum). All responses shall include Company Name, Company Address, Points of Contact to include name, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services in the attached draft PWS. The capabilities statement shall address, at a minimum, the following: 1. Prior/current corporate experience and performance of requirements of this type, size, and complexity of effort within the last 3 years. For each such experience referenced, please provide contract number, organization supported, indication of whether performance was as a prime or subcontractor, contract value, Government point of contact, knowledgeable DCMA representative, and a brief description of how the referenced contract relates to the services described in the draft PWS. 2. Summary of the company's capability and approach to meet the requirements objectives of the draft PWS and perform a contract of this magnitude. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: a. Performance of maintenance on rotary wing aircraft and aircraft components, consisting of removal of engines, transmissions, gear boxes, and other major components falling into the AVUM, AVIM, or depot umbrella, to facilitate major repair, overhaul or modification of the airframe. b. Performance of maintenance consisting of painting aircraft, preventive maintenance, scheduled inspections/tests, Ground Support Equipment (GSE) repair/services, repair/replace unserviceable parts, assemblies, subassemblies/components; paint, refinish, fabricate parts, make modification, repair accessories and auxiliary equipment and body and structural repair required to retain and return aircraft, aircraft components and ground support equipment to a fully mission capable condition. c. The Army Aviation Maintenance Program. 3. Company profile to include major products/services, primary customer base, number of employees, annual revenue history, office location, CAGE Code, statement regarding current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 488190 (i.e., small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.), and statement on whether your interest in this Sources Sought Notice would be as a prime offeror or to inquire about subcontracting possibilities, include points of contact that are able to discuss the documentation that you submit. 4. The company's ability and intent to perform the work. 5. The Company's ability to begin performance thirty (30) days following a contract award. Information and materials that are submitted in response to this request WILL NOT be returned. DO NOT submit classified material. This request is for informational purposes only. The Government does not intend, nor is it under any obligation, to provide responses or comments on the requested capability statement package. Capability statements shall be submitted by email to be received by 1LT Ryan Borgmeyer at the USPFO for Missouri, no later than 12:00 pm Eastern Standard Time (EST) on June 29, 2011. Reference the Sources Sought Notice W912NS-11-R-0001 in the subject line as well as on all attached documents. Emails shall be directed to ryan.borgmeyer@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-11-R-0001/listing.html)
 
Place of Performance
Address: USPFO for Missouri 7101 Military Circle, Jefferson City MO
Zip Code: 65101-1200
 
Record
SN02472186-W 20110616/110614234846-90f57d717139f0d1b9ac1a688320efd7 (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.