Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2011 FBO #3585
SOURCES SOUGHT

J -- The Naval Air Systems Command announces its intention to procure on a competitive basis Organizational, Intermediate and Depot Level aircraft maintenance and logistic support on all aircraft and Support Equipment (SE) for which NSWC PCD has responsibility - Draft PBSOW

Notice Date
9/16/2011
 
Notice Type
Sources Sought
 
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
N00421-11-R-0065
 
Archive Date
10/16/2011
 
Point of Contact
Joe R. Merritt, Phone: 301-757-9781, John Tomechko, Phone: 301-757-7032
 
E-Mail Address
joe.merritt@navy.mil, john.tomechko@navy.mil
(joe.merritt@navy.mil, john.tomechko@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The attached PBSOW establishes the requirements of NSWC PCD for which it has maintenance responsibility. Sources Sought Competition - Panama City September 16, 2011 N00421-11-R-0065 * * * The Naval Air Systems Command Aircraft Division (AIR 2.5.1.7), Patuxent River, MD 20670 announces its intention to procure on a competitive basis, aircraft maintenance services and Support Equipment (SE) support services for which the Naval Surface Warfare Center, Panama City Division (NSWC PCD) has maintenance responsibility of two (2) assigned MH-60S aircraft. Other aircraft to be supported include, but are not limited to temporarily assigned aircraft for on-site project testing, transient aircraft and loaner aircraft; all of which would be MH-60S aircraft or similar Type/Model/Series (T/M/S) aircraft. The attached PBSOW establishes the requirements for the Organizational Level, Intermediate Level and Depot Level aircraft maintenance and logistic support on all assigned aircraft and Support Equipment (SE) for which NSWC PCD has maintenance responsibility. The selected Intermediate maintenance includes Support Equipment maintenance and Tire Wheel build-up. If required, selected Depot level maintenance (as defined in paragraph 2.0 of the PBSOW) is anticipated to be infrequent and the contractor may be tasked with providing this service. Assistance from the contractor for Selected Depot level maintenance will only be requested contingent upon the contractor having the right skill set (skilled artisans), required tools available and the proper authorization obtained from the cognizant authority. The total maintenance effort for supporting the MH-60S aircraft is funded by the Navy as part of a readiness improvement program. The Contractor will be expected to perform all maintenance in strict accordance with established practices, procedures, applicable maintenance publications, NAVAIRINST 3710.1 series and COMNAVAIRFORINST 4790.2 series (also referred to as CNAFINST 4790.2 series) currently governing Naval Aviation Maintenance, and as outlined in the PBSOW. Work performance specified in this PBSOW will be accomplished at the Naval Surface Warfare Center (NSWC), Panama City Division (PCD), Panama City, Florida; except for, occasional off-site maintenance as necessary for aircraft/component/support equipment maintenance support or in the event of a routine aircraft detachment, an unscheduled aircraft divert, or hurricane or hurricane related evacuation; whereas, then it may be necessary for the Contractor to perform aircraft maintenance in areas that may be geographically remote from the primary aircraft location aboard NSWC PCD. Alternate work sites include, but not limited to, United States Naval Vessels in support of projects (detachments) or unscheduled en-route maintenance as authorized by the COR. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The PSC for this requirement is J016. The NAICS is 488190 with a size standard of 7 million. All interested businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. The results of this Sources Sought will be utilized to determine if any Small Business Set-aside opportunities exist after a technical review of capability statements is completed. All Small Business Set-aside categories will be considered. Incumbent: MacAulay-Brown, Inc., Dayton, OH. Contracts utilized under this Requirement: FA8108-09-D-0010-0002 N00421-10-R-0031 Contract Type: It is anticipated that the award of a CPFF type contract will be issued to include: CPFF Labor CLINS, Overtime Labor Hour (LH) CLINS, and Cost CLINS for ODC's. A 5-year period of performance (Base + 4 one-year options) is expected upon award. Attachments: DRAFT Performance Based Statement of Work Requirements: See attached Draft PBSOW. SUBMITTAL INFORMATION The Government requests that interested businesses submit to the Contracting Office at NAWCAD, Patuxent River, Maryland, a brief capabilities statement package (no more than 10 pages in length, single spaced, and 12 point font minimum) for the attached Draft PBSOW. The capabilities statement shall demonstrate the company's ability to perform the services in the attached Draft PBSOW. This document must address, at a minimum, the following: 1) prior/current corporate experience performing efforts of similar size and scope within the last 3 years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the Draft PBSOW, 2) company profile to include number of employees, annual revenue history, office location, DUNS number, CAGE number and a statement regarding current business size status, Large or Small Business, and identify which socioeconomic factors apply for your company, (eg. SDVOSB, 8(a), HUB, SDB, W/O, VO, MO, etc.). 3) if you are a small business, provide an explanation of your ability to perform at least 50% of the overall effort in the attached PBSOW. Under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. (FAR 52.219-14) Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. 4) company's ability to begin performance. The capability statement package may be sent by mail to NAWCAD Contracts, Attn: Joe Merritt, Code 2.5.1.7.1.3, Building 441, Naval Air Systems Command, 21983 Bundy Road, Patuxent River, MD 20670 /or/ by email to joe.merritt@navy.mil. Ensure the Subject Line reads: Sources Sought Capability Statement - N00421-11-R-0065 - "Company Name". Submissions must be received at the NAWCAD office cited no later than 2:00pm Eastern Time on 3 October, 2011. Questions or comments regarding this notice may be addressed to Joe Merritt via my email address: joe.merritt@navy.mil by 2pm, 22 September 2011. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number and email address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/N00421-11-R-0065/listing.html)
 
Place of Performance
Address: Commander, Naval Surface Warfare Center, Panama City Division, 110 Vernon Avenue, Bldg. 147, Panama City, Florida, 32407-7001, United States
Zip Code: 32407-7001
 
Record
SN02580295-W 20110918/110917000039-2c34080a4a750a67cc7af900478eef6a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.