Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 10, 2021 SAM #7253
SOURCES SOUGHT

J -- NV Contractor Logistic Services (CLS) and Aircraft Maintenance Program

Notice Date
10/8/2021 11:07:01 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N0042122
 
Response Due
10/22/2021 1:00:00 PM
 
Archive Date
11/06/2021
 
Point of Contact
Sheryl Pope, Phone: 301-757-9714, Kristin Nelson
 
E-Mail Address
sheryl.m.pope.civ@us.navy.mil, kristin.a.nelson13.civ@us.navy.mil
(sheryl.m.pope.civ@us.navy.mil, kristin.a.nelson13.civ@us.navy.mil)
 
Description
Naval Air Station (NAS) Fallon, NV Contractor Logistic Services (CLS) and Aircraft Maintenance Program Classification Original Set Aside: Product Service Code: J015 � MAINT/REPAIR/REBUILD OF EQUIPMENT � AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS NAICS Code: 488190 � Other Support Activities for Air Transportation Place of Performance: USA Description The purpose of this Sources Sought Notice is to determine the interest, availability, and capabilities of potential Offerors to provide the required CLS and Aircraft Maintenance to multiple Type/Model/Series (T/M/S) aircraft located at NAS Fallon, NV. INTRODUCTION The Department of the Navy (DoN), Naval Air Systems Command (NAVAIR), Specialized and Proven Aircraft Program Office PMA-226, Adversary Integrated Product Team (IPT) seeks potential sources to provide Organizational (O), selected Intermediate (I), and limited Depot (D) level maintenance and logistics support services for the below T/M/S aircraft located at NAS Fallon, NV. � Basic Requirements T/M/S: F-16A/B/C/D Possible Additional T/M/S: F-18E/F EA-18G E-2C MH-60R/S The Government intends to award a Single Award Indefinite Delivery/ Indefinite Quantity (IDIQ) Contract in accordance with FAR Part 15 procedures. The anticipated period of performance is an ordering period of eight (8) years.� PLACES OF PERFORMANCE:� The CLS and Aircraft Maintenance services are required at the following sites; NAS Fallon, NV with an option to standup NAS Lemoore, CA. The Contractor shall concurrently support detachments, within the Continental United States (CONUS), as well as the operational schedules at NAS Fallon NV.� The Government will provide detachment schedules to the Contractor in advance; however, some deployments may occur with short notice and may require the Contractor to travel on weekends. The Contractor shall support continued operations at NAS Fallon while Contractor personnel are supporting some aircraft on detachment. REQUIRED CAPABILITIES: NAVAIR is seeking companies that have a successful record in performing O-level, selected I-level, and limited D-level maintenance and logistics support services as a primary core competency with a high degree of customer satisfaction. Companies must possess a Department of Defense (DoD) SECRET Facility Clearance at the data of contract award. BASIC REQUIREMENT SOURCES SOUGHT RESPONSES: Interested parties may identify their interest and capabilities in response to this synopsis. All data received in response to this sources sought, marked or designated as corporate or proprietary, will be protected from release outside the Government. Information and materials submitted in response to this request will not be returned. Classified material shall not be submitted. Provide a brief company introduction and details on the company/organization, to include; Company Name, mailing address, and Points of Contact (POC) including name, telephone number, fax number, and email address; � Company Business Size, CAGE code, DUNS Number, Office location(s), annual revenue history, include number of employees, statement indicating business size and, if company is small, small disadvantaged business (SDB), Woman-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran Owned Small Business (SDVOSB), HUBZone Small Business (HUBZone), or 8 (a) business;� Interested parties should provide details of their experience in the last five (5) years performing CLS and aircraft maintenance. Please provide up to three (3) of your most relevant efforts, to include the contract number, work description, type of instruction provided, contract name, dollar value, contract type, whether you performed as the prime or subcontractor, period of performance, and relevant Government POC. For NAVAIR contracts, interested parties only need to provide the contract number, name of program and period of performance. For non-NAVAIR contracts, also include a brief description of the following, as applicable, for each relevant effort: � Magnitude of the requirement � (size of the workforce); � Quantities and complexity of aircraft & sites supported; Experience managing thirty (30) or more aircraft simultaneously; and Experience performing at two (2) or more sites simultaneously � Activity level/operational tempo; � Security requirements; � Experience negotiating Collective Bargaining Agreements (CBAs) and Service Contract Act (SCA) Price Adjustments; � Experience providing logistical support of aircraft through use of the Federal Supply System and procuring parts commercially from approved sources; � Experience certifying the aircraft safe for flight; � Experience performing CLS and O, I and D level of maintenance on fixed wing turbine powered aircraft utilizing COMNAVAIRFORINST 4790.2 Naval Aviation Maintenance Program and/or Air Force Instruction 21-101 Aircraft and Equipment Maintenance Management, and/or Army Instruction FM 3-04.500 Army Aviation Maintenance and/or Title 14 Code of Federal Regulations; POSSIBLE ADDITIONAL REQUIREMENTS SOURCES SOUGHT RESPONSES: In addition to the above Base Requirements, please state whether your company has experience providing the below aircraft maintenance. � Experience performing CLS and O, I and D level of maintenance on fixed wing turbo propeller powered aircraft utilizing COMNAVAIRFORINST 4790.2 Naval Aviation Maintenance Program and/or Air Force Instruction 21-101 Aircraft and Equipment Maintenance Management, and/or Army Instruction FM 3-04.500 Army Aviation Maintenance and/or Title 14 Code of Federal Regulations; � Experience performing CLS and O, I and D level of maintenance on turbine helicopter aircraft utilizing COMNAVAIRFORINST 4790.2 Naval Aviation Maintenance Program and/or Air Force Instruction 21-101 Aircraft and Equipment Maintenance Management, and/or Army Instruction FM 3-04.500 Army Aviation Maintenance and/or Title 14 Code of Federal Regulations. SIZE STATUS: The applicable North American Industry Classification System (NAICS) code is 488190, size standard $35M. The Product Service Code (PSC) is J015, Maintenance, Repair and Rebuilding of Equipment: Aircraft and Airframe Structural Components. Companies must identify their size status, the results of which will be utilized as guidance to determine any potential set-aside basis. SUBMISSION DETAILS: Interested businesses shall submit responses by email to Ms. Sheryl Pope at sheryl.m.pope.civ@us.navy.mil or Ms. Kristin Nelson at kristin.a.nelson13.civ@us.navy.mil. Please submit all questions by email. One electronically submitted response shall be received no later than 22 NOV 2021 and reference: NAS Fallon, NV CLS and Aircraft Maintenance Program-Sources Sought. Interested businesses should submit a brief capabilities statement package (no more than ten (10) 8.5 x 11 inch pages, font no smaller than 10 point) demonstrating ability to perform the requirements listed above. All responses shall include Company Name, Company Address, Company Business Size and any applicable socio-economic status under the $35M size standard, CAGE Code, and Points-of-Contact (POC) including name(s), phone number, and email address. This sources sought announcement is published for informational purposes only. This is not a solicitation. 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 notice is strictly voluntary. No site visit will be permitted during the period of response to this announcement. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Contract Opportunities section of SAM.gov. The Government will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meet its objective, including determining set-aside opportunities. Attachments/Links Contact Information Contracting Office Address BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7 PATUXENT RIVER , MD 20670-1545 USA Primary Point of Contact Sheryl Pope sheryl.m.pope.civ@us.navy.mil Secondary Point of Contact �Kristin Nelson kristin.a.nelson13.civ@us.navy.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7a71ab0b878344dabca8dfa1badb5c80/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06154915-F 20211010/211008230112 (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  © 1994-2020, Loren Data Corp.