Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 04, 2016 FBO #5186
MODIFICATION

R -- Technical, Engineering and Logistical Support, CCAD Overhaul Repair for T-55 Engine

Notice Date
2/2/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ16R0093
 
Archive Date
11/27/2015
 
Point of Contact
Samantha M. Schrimsher, Phone: 2568763335, Mattie P. Craig, Phone: 2568424508
 
E-Mail Address
samantha.m.schrimsher.civ@mail.mil, mattie.p.craig.civ@mail.mil
(samantha.m.schrimsher.civ@mail.mil, mattie.p.craig.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This amendment is to revise and replace the previous description to read as follows; 1. INTRODUCTION This announcement serves as a Sources Sought (SS) synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This SS is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. This action will result in a modification to the current contract, W58RGZ-11-C-0039 for a period of tweleve (12) to eighteen (18) months from 29 February 2016 to 29 October 2017. This action will provide for the continuation of uninterrupted services of repair and overhaul operations at CCAD in support of T-55 Engines and Components. This action is pursuant to 10 U.S.C. 2304(c) (1), "Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements," as implemented by FAR 6.302-1.This notice is being posted since this options were not previously evaluated as part of the initial contract award. The U.S Army Contracting Command-Redstone is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Army Contracting Command-Redstone Arsenal with potential business sources to perform technical, engineering, and logistics services and provide 100 percent of parts to support the Corpus Christi Army Depot (CCAD) in the overhaul of the T-55 (NSN 2840-01-458-5361) family of engines applicable to the Chinook (CH-47) Helicopter. This is a Critical Safety Item requirement. Honeywell is the only responsible offeror for exercise of this option, as the Government would experience unacceptable delays in fulfilling the agency's requirements if this option was not exercised before the current contract expiration date. Interested persons may identify their interest and capability to respond to the requirement specific to this action. The Government will not be responsible for any cost incurred by interested parties in preparation of information or documents related to this action. A determination by the Government to execute the aforementioned action and not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether or not to exectue this action. 2. PLACE OF PERFORMANCE Corpus Christi Army Depot 308 Crecy St Corpus Christi, TX 78419 3. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." 4. PROGRAM BACKGROUND Corpus Christi Army Depot (CCAD) is the center for technical excellence in repairing, overhauling, testing, and modernizing the Army's fleet of rotary wing aircraft. The depot also provides worldwide on-site maintenance services and aircraft crash analysis. This effort involves the procurement of technical, engineering and logistical services (TELS) and 100 percent parts support to CCAD in the overhaul and repair of the T-55 engine and components. Through the use of TELS, the US Army Aviation and Missile Command (AMCOM) and CCAD's goals are to achieve a required reduction of Repair Turn-Around Time (RTAT) and an increase in the First Pass Yield rate (FPY). The desired outcome of this acquisition is a performance-based contract, fully integrated partnering effort that includes the technical and engineering support and the materiel integration function necessary to support CCAD in overhauling, repairing, testing, and modernizing the Army's fleet of rotary wing aircrafts. The previous acquisitions for this action were awarded as sole source to Honeywell International Inc., Defense & Space, 1300 W. Warner Road, Tempe, Arizona who is the original equipment manufacturer (OEM) of the T-55. Neither complete nor adequate data was available to support full and open competition. 5. REQUIRED CAPABILITIES The Contractor shall provide technical, engineering, and logistics services and 100 percent parts. The contractor must be able to provide the full range of services and parts in order to meet the Government's requirement. The contractor must provide technology insertion, technology refreshment/modernization of components, obsolescence management, spare parts and test cell upgrades and operational proficiency in support of reliability improvements for the engines. The contractor must have the background design knowledge, experience, and data necessary to support technical, engineering, materiel, and modernization capability as well as a ready source of engineering support and a qualified pool of vendors to supply parts in compliance with the original design intent. The contractor must provide AMCOM's depot maintenance engineering with technical and engineering assistance based on OEM's product design and logistics database and develop work scope and process improvement recommendations in support of the overhaul and repair functions at CCAD. The contractor must assist and advise CCAD in establishing commercial best practices in the areas of production planning, production control, materials management and process engineering. The contractor must develop overhaul and workstations kits to streamline CCAD component production and ensure availability of all spare parts required in overhaul. The contractor must provide spare parts and logistical support functions in inventory management of spare parts associated with the T55 engine and components. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. 6. SPECIAL REQUIREMENTS: Not applicable 7. ELIGIBILITY: The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $15M. The Product Service Code is R706. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. 8. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Arial font of not less than 12 pitch. The deadline for response to this request is no later than 2 pm, CST, 09 February 2016. All responses under this Sources Sought Notice must be e-mailed to Angela Jones-Hobson, angela.r.joneshobson.civ@mail.mil or Samantha Schrimsher, Samantha.m.schrimsher.civ@mail.mil or Mattie Craig, mattie.p.craig.civ@mail.mil This documentation must address at a minimum the following items: a) What type of work has your company performed in the past in support of the same or similar requirement? b) Can or has your company managed a task of this nature? If so, please provide details. c) Can or has your company managed a team of subcontractors before? If so, provide details. d) What specific technical skills does your company possess which ensure capability to perform the tasks? e) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. g) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. h.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9. PERIOD OF PERFORMANCE: The estimated period of performance consists of 29 February 2016 - 29 October 2017 with performance commencing in 29 February 2016. 10. CONTRACT TYPE: The contract type is FAR Part 12 Commercial, Performance Based, Firm-Fixed-Price. 11. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. 12. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contracting Officer, Angela Jones Hobson angela.r.joneshobson.civ@mail.mil, Contract Specialist, Samantha Schrimsher or Mattie Craig, in either Microsoft Word or Portable Document Format (PDF), via email Samantha.m.schrimsher.civ@mail.mil or mattie.p.craig.civ@mail.mil. 13. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 14. No phone calls will be accepted. 15. All questions must be submitted to the contract specialist identified above. 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/notices/c2fa9c7e25a1789de9a074317131b40b)
 
Place of Performance
Address: Corpus Christi Army depot, 308 Crecy St, Corpus Christi, TX 78419, United States
Zip Code: 78419
 
Record
SN04007352-W 20160204/160202234538-c2fa9c7e25a1789de9a074317131b40b (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.