MODIFICATION
K -- AMCOM Logistics Support Facility Management Activity (LSFMA)
- Notice Date
- 9/7/2011
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- 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-0231
- 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
- Total Small Business
- Description
- Amended Synopsis - 7 September, 2011 Amended synopsis makes the following changes to the original synopsis: References to AFM contract have been removed for clarification purposes. 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-0231, an explanation of the viability of your company as a competitor, to include having the following quality certifications at the time of contract award: ISO 9001:2008, ISO 14001, AS9100, AS9110, FAA Part 145 approval and Ground and Flight Risk Procedures. oResponses requested no later than 13 September 2011. Scope of work changes forthcoming in the DRAFT RFP: oRemoval of MI 17 and other MI type aircraft from the LSFMA SOW oNon-Standard Rotary Wing inclusion in the LSFMA SOW as all other NSRW platforms not covered in MI requirement. Reiterates requirement of a facility within a 60 mile radius of Redstone Arsenal. Adds 3 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. Comment regarding "job description" file attached to original synopsis: Job descriptions are intended to be used as an example, not a requirement. Contractors should be prepared to propose the best way of accomplishing the task based upon the SOW, not necessarily the example job descriptions. Intent to release a DRAFT RFP late September 2011. Request for Information (RFI) Sources Sought, Requirement, Comments & Industry Day Announcement 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 Logistics Support Facility Management Activity (LSFMA) contract: The LSFMA is a Government office that provides contractual support to Army Aviation programs and activities for non-recurring and recurring modification efforts on Aviation platforms and support equipment. The AMCOM LSFMA support contract requires the successful offerors to provide the engineering, logistics, maintenance support, training, and associated support for these modification efforts. 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 LSFMA 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. Orders may be issued as either Firm Fixed Price or Cost Plus Fixed Fee. The current LSFMA contract requires the contractor to have a facility within commuting distance of Redstone Arsenal. This is defined as within 60 miles of Redstone Arsenal. It is anticipated that the multiple award follow on contract will include this requirement. The LSF has issued approximately 70 orders a year and the proximity requirement significantly reduces travel cost to the Government. DCMA is currently staffed in the area to support contract administration services for the LSF. Prospective Offerors should address their ability to comply with the proximity requirement. These contracts will include DFARS 252.228-7001 Ground and Flight Risk clause. Awarded contract will support all PEO Aviation standard and non-standard platforms (excluding MI 17) as required. For information purposes, the current LSFMA contract was competed as a small business set aside. The applicable NAICS code for the LSFMA effort is 336411 - Aircraft Manufacturing. The size standard is 1500 employees. 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. It is expected that the minimum requirement for equipment will include 12 aircraft in the facility at one time. The minimum facility requirements will be the ability to support 6 aircraft in hangar space and 6 aircraft in production space at one time. The LSFMA attachment includes the minimum equipment that a successful offeror will require to perform the orders issued under the resulting contract. The LSFMA equipment is expected to be provided by the contractor as capital equipment. 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 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; however, these dates are estimates and subject to change without notice. The Government is anticipating awarding a multiple IDIQ contract for the LSFMA effort. 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-0231(LSFMA). Information includes the, a DRAFT Statement of Work, Labor Descriptions, Equipment and Tooling Minimum Requirements, 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: It is anticipated that the current LSF program will continue as a Small Business Set Aside. However, 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 SOW. 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: LSFMA - Huntsville Alabama and TDY locations as required
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b4e50afd2d7aba62ff9a660b36c343c2)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02566410-W 20110909/110908000523-b4e50afd2d7aba62ff9a660b36c343c2 (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 |