Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2025 SAM #8607
SOURCES SOUGHT

J -- Sources Sought: AFM III East & West

Notice Date
6/18/2025 12:50:04 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-25-R-0093
 
Response Due
7/2/2025 10:00:00 AM
 
Archive Date
07/17/2025
 
Point of Contact
Antionette R. McClinton, Nick Lebano
 
E-Mail Address
antionette.r.mcclinton.civ@army.mil, nicholas.a.lebano.civ@army.mil
(antionette.r.mcclinton.civ@army.mil, nicholas.a.lebano.civ@army.mil)
 
Description
THIS IS A SOURCES SOUGHT (SS) NOTICE ONLY - This SS is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this does not preclude participation in any future RFP, if any is issued. Respondents shall not be obligated to provide the services described herein. If a solicitation is released, it will be synopsized on https://sam.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 1.0 SS Overview: The United States Government (USG) Army Contracting Command -Redstone Arsenal (ACC-RSA) is conducting market research to determine interest and availability of potential sources to Aviation Field and Sustainment Level Maintenance Support, Aircraft Modifications, and Other Logistical Services to Aviation and Missile Command Customers Worldwide. Duties include daily and routine maintenance, per the appropriate series manuals, on all aviation and ground support equipment, Government Furnished Property (GFP), and other AMCOM Field Maintenance Directorate (AFMD) mission equipment. Maintenance support may also include transient and rotational units, aircraft participating in joint training exercises, mobilization, pre-mobilization aircraft, and approved Foreign Military Sales (FMS) cases as well as support to Other Government Agencies (OGA). The USG seeks to identify potential sources in the open market that possess the expertise, capabilities, and experience to meet the requirements necessary to support the AMCOM Field Maintenance (AFM) III requirement. The AFM III contract will be a hybrid type contract which will predominately include a Time and Materials (T&M) type effort for touch labor, Firm Fixed Price (FFP) for Transition-In & Out, and Cost for Contingency Operations, Material/Non-Material, Travel, etc. The AFM III contract structure will still support the Army aviation maintenance ""regional"" concept. There will be one RFP from which two contracts will be awarded. One contract will be for the East Region (AFM-East) and one for the West Region (AFM-West) (See Attachment 1-AOR Map). 2.0 Description: The AFM III East and West contracts are designed to provide the AFMD program office with the flexibility to respond to rap26idly changing requirements at the lowest possible cost. The AFM III East and West contracts will require the successful offerors to primarily perform at CONUS (contiguous United States) and OCONUS (outside the contiguous US) Government sites and some Foreign Military Sales (FMS) approved locations. There are also contingency operation locations, known and unknown, that are potentially hostile in nature. Cost, schedule, and performance risk increase in these geographic locations. In addition, personal risk to the Contractor�s employees is possible in these or similar areas of operation. a. The successful offerors will be required to meet industry and Government quality standards and demonstrate the ability to transfer those standards to operations at Government sites. b. The selected Contractors will be required to adhere to the DFARS 252.228-7001 Ground and Flight Risk Clause (GFRC). c. The selected Contractors will be required to meet the standards in Army Regulation 95-20, Contractor�s Flight and Ground Operations. d. The selected contractors will be required to provide Earned Value Management (EVM) and Performance reporting data by reporting through the Integrated Program Management Data and Analysis Reporting (IPMDAR) requirement. e. The selected contractors will be required to have an Earned Value Management System (EVMS) that has been determined to be compliant with EIA-748 by the Cognizant Federal Agency (CFA) or submit a plan to achieve compliance that is approved by the Contracting Officer (CO). 2.1 Mission: The mission of the AFM III East and West Contracts is to provide Aviation Field and Sustainment Level Maintenance Support, Aircraft Modifications, and Other Logistical Services to Aviation Customers Worldwide. Duties include daily and routine maintenance, per the appropriate series manuals, on all aviation and ground support equipment, Government Furnished Property (GFP), and other AFMD mission equipment. Maintenance support may also include transient and rotational units, aircraft participating in joint training exercises, mobilization, pre-mobilization aircraft, and approved Foreign Military Sales (FMS) cases. The mission needs include the following major areas and the associated logistic support functions: a. Provide Combat Aviation Brigade (CAB) �pass-back support� as supplemental maintenance capability and expertise at the field and sustainment level. b. Repair, upgrade, integrate, maintain, install, or modify various items to include Designated Standard and Non-Standard Aircraft and aircraft components, sub-systems, aviation mission equipment, hydraulics, drive trains, power plants, sheet metal, propeller and rotors, non-destructive test equipment and non-destructive inspections. c. De-modification, disassembly, and reconfiguration of aircraft and aircraft systems as required. This includes, but is not limited to, removal and replacement of aviation mission equipment, engine/transmission dynamics, fuel tanks, weapon systems, complete aircraft and component painting, and spraying of silicone ablative coatings, etc. d. Conduct alteration, conversion, or modernization of an end item or component that changes or improves the original purpose or operational capacity in relation to effectiveness, efficiency, reliability, or safety. These efforts are typically known as Modification Work Orders (MWO). e. Provide field and sustainment maintenance in accordance with (IAW) approved Government publications. f. Restore previously deployed rotary wing and/or fixed wing assets and equipment to a fully mission capable condition in accordance with Army Regulations using special technical inspection and repair procedures outlined in Army Technical Bulletins (TBs). g. Repair and return components back to the Army Supply System in support of the National Maintenance Program if required. h. In coordination with the U.S. Army Sustainment Command, execute the necessary actions to maintain the UME readiness, accountability, visibility, and availability to the National Equipment Pool. i. Provide crash and battle damage repair as required. j. Conduct Airframe Condition Evaluations (ACE) as required IAW AR 750-1. Perform special structural maintenance evaluations that cannot be accomplished at organizational and sustainment sites. Generate deficiency data for engineering and technical evaluation of the relative aircraft condition resulting from corrosion, overstress, wear, and other effects of age, operational usage, and environmental exposure. k. Provide limited depot level repairs IAW published Depot Maintenance Work Requirements authorized on a case-by-case basis by the U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center. l. Provide emergency response support capability to include Downed Aircraft Recovery Teams. m. Perform receiving, issuing, packaging, handling, storage, and transportation services in association with the logistics support, maintenance, and other requirements. This includes Supply Support Activity (SSA) functions at sites as required. n. Perform aviation maintenance support services for other Military Departments (Services) and OGAs as required. o. Perform Unmanned Aerial Systems maintenance support services as required. p. Provide aviation maintenance support services for Foreign Military Sales (FMS) customers / cases as required. 2.2 Anticipated Period of Performance: It is anticipated that the AFM III East and West contracts will each include 90 day transition period, a base year and nine one-year options. 2.3 Anticipated Place(s) of Performance: The AFM III East Contractor will support all USEUCOM, USAFRICOM, USCENTCOM and USNORTHCOM (east of the Mississippi river) requirements and AFM III West Contractor will support all USNORTHCOM (west of the Mississippi river), the remaining territory including Alaska, Hawaii, United States Southern Command (USSOUTHCOM) and the United States Indo-Pacific Command (USINDOPACOM) requirements. The applicable North American Industry Classification Standard NAICS code for the AFM III East & West effort is code 488190, Other Support Activities for Air Transportation. The size standard for this NAICS is $40M average revenue. 2.4 Draft Performance Work Statement (PWS): The overarching PWS will describe the mission areas and a description of the type of work to be performed. 3.0 Requested Information: Interested contractors are requested to review the accompanying DRAFT PWS for the AFM III East and West efforts and respond to the contracting officer POC with any comments, innovative ideas, performance or quality incentives and measurements, best industry practices, or acquisition streamlining that might enhance the PWS or the AFM III East and West program. 3.1 Interested contractors are requested to respond to the following questions and topics. For ease of technical capability assessment, please respond by individual question and reference the question being answered (i.e. 3.1.1.A.) 1. Provide brief, relevant background information about your organization and prior work experience (include whether you are prime or subcontractor and applicable contract number(s)) on services you offer related to the requirements, including: A. Demonstrated DOD rotorcraft maintenance experience. B. Demonstrated experience with multi-site management, both within CONUS and OCONUS. 2. Quality Management in Aviation Maintenance Support is critical in aviation maintenance support. Based on your experience, discuss the advantages and disadvantages of performing rotary-wing maintenance while certified to AS 9110 and operating IAW AR 95-20. Please provide copies of your AS 9110 Rev C certification, if applicable. 3. Discuss your approach to organizing Regional Management Personnel (including determining appropriate positions and locations). What Key positions do you consider essential for effectively managing this type of effort? 4. Please provide one to two examples for each of the following categories of risk your organization may have experienced or could anticipate with this type of work. Categories: Cost Risk, Schedule Risk, Performance Risk and Foreign Government Interface Risk. For each risk, explain how you did or would mitigate the risk. 5. Describe your experience with EVM and submitting Integrated Performance Management Report (IPMRs) or IPMDARs. Is your financial system currently compliant with EIA-748?? 4.0 Other Information 4.1 Industry Day: An industry day related to this acquisition was previously held on 30 April 2024 at 0900 CST in the Huntsville, AL. area at building 3777 Maintenance Row, Redstone Arsenal, AL. At this time, it is not known if a second iteration of this event will be held. 4.2 Formal Solicitation: Any formal solicitation(s) will be announced separately. It is anticipated that a draft solicitation for industry's comments may be released in the 4th quarter of Calendar Year (CY) 2025 with a final solicitation (Request for Proposal) issued in the1st quarter of CY 2026; however, these dates are estimates and subject to change without notice. 4.3 Source Selection: Source Selection will be conducted IAW with the latest guidance and procedures. 4.4 Small Business Set-Aside Determination: Pending Market Research Analysis. 5.0 Comments: All current information regarding this requirement is posted on the SAM.gov website under AFM III East and West. Only comments, not questions, are requested under this SS. Submit all comments relating to the announcement in writing only to usarmy.redstone.acc.mbx.acc-rsa-afm-iii-east@army.mil, Noon CST on NLT 2 July 2025. Absolutely no telephone calls will be accepted in response to the SS. 6.0 Response: Vendors are required to submit responses to SS questions outlined in paragraph 3.1 above in writing only usarmy.redstone.acc.mbx.acc-rsa-afm-iii-east@army.mil. All written SS question responses shall be provided in Microsoft (MS) word Office 2013 compatible format or Adobe PDF. Submissions shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12-point Arial font. Line spacing shall be set no less than single space. All submissions should include a title page with the following information: Company or Organization name and mailing address (City/State/Zip) Company web page URL, if applicable Point of Contact (name, title, phone number, and email address) CAGE Code, SAM Unique Entity ID (UEI), Business Size for NAICS Code 488190 (per SAM.gov Reps & Certs (FAR/DFARS) FAR 52.219-1) and Socioeconomic Category(ies)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a47680c084e447589d051b30e95294a6/view)
 
Place of Performance
Address: Redstone Arsenal, AL, USA
Country: USA
 
Record
SN07483234-F 20250620/250618230339 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.