Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2011 FBO #3576
MODIFICATION

J -- AMCOM Aviation Field Maintenance (AFM)

Notice Date
9/7/2011
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-11-R-0232
 
Response Due
9/13/2011
 
Archive Date
11/12/2011
 
Point of Contact
Sarah McDaniel, 256-313-0748
 
E-Mail Address
ACC-RSA - (Aviation)
(sarah.l.mcdaniel2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amended Synopsis - 7 September, 2011 Amended synopsis makes the following changes to the original synopsis: References to LSFMA contract have been removed for clarification purposes Changes AFM NAICS code from 336411, Aircraft Manufacturing to 488190, Aircraft maintenance and repair services. References to "end items" have been removed Changes contract type intent to predominantly cost-plus-incentive-fee (CPIF). Firm-Fixed Price (FFP) will be used for site management activities. Requests response from all interested parties: oAll interested parties are encouraged (but not required) to respond, even if you have previously responded with similar information. oResponse should be a Capabilities Statement attached to an email addressed to point of contact: Sarah.L.McDaniel2@us.army.mil. Please do not merely respond with text in an email. oResponse should include company name, business size, your intent to compete for contract number W58RGZ-11-R-0232, an explanation of the viability of your company as a competitor, and your quality certification level: AS9100 or AS9110 if applicable. oResponses requested no later than 13 September 2011. Scope of work changes forthcoming in the DRAFT RFP: Statement of work will be revised to include 21st Cav Training Mission Support. Adds attachments: oIndustry Day Slides as presented on 31 March 2011 oIndustry Day Q&A and attendee document distributed to known interested parties on 26 May 2011 oIndustry Day Q&A document revised as of 6 September 2011. Intent to release a DRAFT RFP late September 2011. RFI Overview: The Army Contracting Command -Redstone (ACC-Redstone) is seeking information concerning the interest and availability of capable contractors to provide contract support to the Aviation and Missile Command's (AMCOM) Aviation Maintenance Enterprise. The Aviation Maintenance Enterprise efforts covered by this RFI will include the following: AMCOM Aviation Field Maintenance (AFM) contract: This contract will provide field and sustainment maintenance for Army aviation platforms in support of the mission area managed or supported by AMCOM and the Program Executive Office (PEO) - Aviation. The contract will require the contractor to accomplish the following: maintenance and delivery of Army Aviation aircraft, to include RESET IAW established Technical Bulletins and Directives, the installation of Modification Work Orders (MWOs), support to installation Directorate of Logistics (DOL) aviation activities and support to Combat Aviation Brigades (CAB). Please see the DRAFT Statement of Work for a list of covered work. Contract Background and Anticipated Period of Performance: It is anticipated that the AFM contract will be an indefinite delivery indefinite quantity (IDIQ) contract. It is also anticipated that this requirement will be a multiple award contract. The IDIQ contract will bind the successful contractors to labor rates and other factors for pricing individual orders and any modifications to orders. Individual orders under the multiple award concept will be competed as required. It is anticipated the contract will include a five year ordering period. The intention is to use predominantly Cost-Plus-Incentive-Fee (CPIF) orders, but orders may also be issued as Firm-Fixed-Price (FFP) for site management types of activities. The anticipated AFM contract will consist of major geographic regions throughout the United States including approximately 18-20 maintenance sites, with the number of AFM sites changing as operational requirements evolve. It will also include support to OCONUS locations. These contracts will include DFARS 252.228-7001 Ground and Flight Risk clause. Awarded contract will support all PEO Aviation platforms as required. The applicable NAICS code for the AFM effort is 488190 Aircraft maintenance and repair services. The size standard in gross annual receipts is $7.0M per the U.S. Small Business Administration Table of Small Business Size Standards as matched to NAICS codes. Capable Contractor Interest: The ACC - Redstone would like to identify businesses that have experience in all or a part of the requirements described above. Note: Job descriptions from the previous contracts associated with these efforts are included as an attachment. These job descriptions are not final but are meant to provide potential offerors a representative sample of the personnel and skills required to perform the required effort. It is expected that these job descriptions and the associated qualifications will be updated prior to release of any RFP. Also included in the information are attachments associated with the facility and equipment requirements of the contract. The AFM contract will be performed at Government sites. Attached to the solicitation is a list of equipment that the Government expects to provide at the work sites. The individual orders will contain the specific equipment to be provided as Government Furnished Equipment/Government Furnished Property. The contractor will be expected to maintain and calibrate the equipment while it is in their possession and to provide any other equipment necessary to perform the work. This RFI pertains to sources sought, and shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation(s) will be announced separately. It is anticipated that a draft RFP may be released in mid to late September 2011 with a final solicitation (Request for Proposal) issued in the fourth quarter of CY 2011 for the two actions; however, these dates are estimates and subject to change without notice. Source Selection will be conducted per applicable guidance of FAR part 15, DFARS part 215 and AFARs part 5115 (to include Army Source Selection Manual, AFARs appendix AA, February 2009 or current date) as well as Army Contracting Command and AMCOM directives. Current Government source selection guidance at time of evaluation will be implemented. Contacts to Government personnel by potential offerors regarding this RFI subject are restricted and must proceed through the Contracting Officer POC. The Contracting Officer, Ms. Charlotte Curry, has posted all current information regarding this requirement on the FedBizOpps website under solicitation number W58RGZ-11-R-0232 (AFM). Information includes the Draft Statement of Work, Labor Descriptions, Representative Government Furnished Property List, Industry Day Questions and Answers Document as distributed 26 May 2011, and revised 6 September 2011, and Industry Day Attendee Document. Small Business Set-Aside Determination: The Government reserves the right to decide whether or not a Small Business set -aside, full or partial, is appropriate based on responses to this notice. In order for the Government to make a Small Business set-aside determination, it is emphasized that Small Business concerns provide sufficient written information to indicate their capability to successfully perform and manage all requirements of the magnitude described in the Draft PWSs. It is heavily contemplated that the extent to which a prime contractor provides for the significant use of small, small-disadvantaged, small veteran-owned, service-disabled, HUBZone, and woman-owned small business subcontractors will be a consideration in the evaluation of proposals. Point of Contact Email is the preferred method of communication. Telephone calls will not be accepted. Charlotte L. Curry, Contracting Officer: Charlotte.Curry@us.army.mil Sarah McDaniel, Contract Specialist: Sarah.L.McDaniel2@us.army.mil Mailing Address: U.S. Army Aviation & Missile Command Bldg. 3457, Vincent Road Attn: CCAM-AM-A Redstone Arsenal, Al. 35898-5280 Primary Place of Performance: AFM - CONUS and TDY locations as required Ft. Hood Temple Tx Killeen Tx San Angelo TX Ft. Bliss TX Ft. Campbell KY Ft. Bragg NC Ft. Drum NY Ft. Stewart/Hunter Army Airfield GA Ft. Lewis WA Ft. Riley KS Ft. Carson CO Schofield Barracks/ Wheeler AFB HI Ft. Wainright AK AFM OCONUS and TDY locations as required Germany Korea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3db41b98d45d4436dffbbb7839c39112)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02566368-W 20110909/110908000459-3db41b98d45d4436dffbbb7839c39112 (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.