Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2015 FBO #5042
MODIFICATION

J -- Worldwide Logistics Support Services (WLSS) Contractor Logistics Support (CLS)

Notice Date
9/11/2015
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ15R0166
 
Response Due
9/27/2015
 
Archive Date
11/10/2015
 
Point of Contact
Jessica South, 256-313-1401
 
E-Mail Address
ACC-RSA - (Aviation)
(jessica.p.south.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a follow on notice to previously issued Request for Information (RFI) Sources Sought Notices under Solicitation Number W58RGZ-11-R-0314 issued on 13 May 2011, W58RGZ-14-R-0046 issued on 07 November 2013, and W58RGZ-15-R-0166 issued on 28 January 2015. All notices were made under classification code, quote mark J - Maintenance, repair & building of equipment. quote mark This sources sought notice is being published in accordance with FAR Parts 10.002 and 15.201 and is a Request for Information only in support of a market survey. Issuance is for planning purposes only, to assist in identifying potential sources capable of supporting the Non-Standard Rotary Wing Aircraft Project Office (NSRWA PO) Worldwide Logistics Support Services - Contractor Logistics Support (WLSS-C) for non-standard rotary wing aircraft. An Industry Day and RFIs were previously conducted under Solicitation Numbers W58RGZ-11-R-0314 and W58RGZ-14-R-0046. However, those notices included multiple requirements; e.g. training, aircraft modifications/depot level maintenance and contractor logistic support. In addition, another RFI to identify potential sources specific to only the CLS effort with contemplated North American Industry Classification System (NAICS) code of 488190 was conducted under Solicitation Number W58RGZ-15-R-0166. Responses were limited and did not support previous market survey results. Although, responses to previous RFIs will be utilized in completing the final market survey, this RFI is being issued to ensure that market survey results of previous RFIs are an accurate reflection of the current market and that adequate competition exists to support WLSS-C services. This RFI includes additional information; DRAFT Performance Work Statement (PWS) and market research questionnaire. This is only a Sources Sought notice and is not a Request for Proposal (RFP) or Request for Quotation (RFQ). A solicitation is not being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not award a contract based on this notice and will not reimburse respondents for any cost associated with responses to this notice. Responses to this sources sought synopsis will be used for a market survey analysis that will assist in determining if the contemplated acquisition could be conducted under full and open competition, or if the contemplated acquisition should be set-aside for small business pursuant to FAR Part 19, Small Business Programs. The Government is contemplating NAICS Code 488190, Other Support Activities for Air Transportation with a size standard of $30 Million. Respondents shall indicate in their response whether they qualify as a small business or qualify under other specialty designated programs such as Veteran Owned Service Disabled (VOSD), Historically Underutilized Business Zone (HUBZone), 8(a) or others under this NAICS code. For the purposes of market analysis, the Government is seeking to understand the capability and capacity of interested firms. If you are a small business, and if the Government were to set this acquisition aside for small business, you would be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). Rules on affiliation and joint ventures are at FAR 19.101, Size Standards, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. The small business prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of ostensible subcontractor as set forth in 13 CFR 121.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(h)(3). There is no limit to the number of other team subcontractors or size status of subcontractors. The Government anticipates prohibiting cross-teaming. Cross-teaming arrangements include a prime offeror participating as a team member with another prime contractor. The Government also anticipates prohibiting pass through arrangements as defined in FAR 52.215-22 and FAR 52.215-23. If the acquisition is competed using full and open competition, then the subcontracting goal will be determined as a percentage of the overall contract value. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or the Government's use of such information. The information obtained from industry responses to this notice may be used in the development of an acquisition strategy and future RFP. The Government anticipates awarding a multiple-award indefinite-delivery, indefinite-quantity (IDIQ) task order contract. The contractor must have the ability to maintain a SECRET facilities clearance and employees with a personnel security clearance at the SECRET level. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as identified in the PWS. The statement of capability shall include: 1.VENDOR INFORMATION a.Name b.Address c.Point of Contact (POC), Phone Number, E-mail Address d.Cage Code e.Small Business Category f.Business Size g.Brief Introduction of Company (Not to Exceed 1 single sided, 12 font size 8.5 x 11-inch page) 2.ANTICIPATED TEAMING ARRANGEMENTS Delineate between work accomplished by prime, subcontractors, and teaming partners. 3.COMPLETE MARKET RESEARCH QUESTIONNAIRE In an effort to develop a clear, concise and accurate PWS, the Government is inviting interested contractors to review and provide comments on the PWS. All comments will be considered, however the Government reserves the right to determine which comments may be incorporated into the final PWS. Again, any information submitted by the respondents to this sources sought synopsis is strictly voluntary. The company's standard format is acceptable; however, the limit for all responses is not to exceed twenty-five (25) single-sided, 12 font size, 8 x 11-inch pages. The 25 page restriction should include capabilities, market research responses, and questions/comments to DRAFT PWS. The submitted information shall be UNCLASSIFIED. Only electronic responses shall be accepted and shall be submitted as an email attachment in MS Word or Adobe PDF format. Responses shall be received no later than 12:00 P.M. (1200 hrs) Central Time, 27 September 2015. Each submission shall be virus scanned prior to being sent via e-mail to the following Point of Contact: Jessica South Contracting Officer Jessica.P.South.civ@mail.mil 256-313-1401 Email submissions are subject to size and type restrictions (typically limited to less than 2 Megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the package was received and can be viewed. All responses must address each of the above stated requirements. Additional information, as it becomes available, will be posted to Federal Business Opportunities (FedBizOpps) https://www.fbo.gov. It is the responsibility of the interested parties to review the site frequently for any updates/amendments to any and all documents. All potential offerors are reminded, in accordance with FAR Subpart 4.11, that registration in the System for Award Management (SAM) is required. Lack of registration in the SAM database will make an offeror ineligible for contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/692eb804bf8b89dca6f9818aad967db2)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, 215 Wynn Drive Redstone Arsenal AL
Zip Code: 35805
 
Record
SN03882744-W 20150913/150912000043-692eb804bf8b89dca6f9818aad967db2 (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.