SOLICITATION NOTICE
J -- Flight Activity Maintenance and Modification Support Services (FAMMSS) - RFI
- Notice Date
- 3/14/2016
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W56KGU) Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGU16RA502
- Archive Date
- 4/20/2016
- Point of Contact
- Nicolas A. Martin, Phone: 4438614681
- E-Mail Address
-
nicolas.a.martin2.civ@mail.mil
(nicolas.a.martin2.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- RFI Official Document Request for Information (RFI) for: Flight Activity Maintenance and Modification Support Services (FAMMSS) THIS IS A REQUEST FOR INFORMATION ONLY Disclaimer: The Communications Electronics Research Development and Engineering Center (CERDEC), on behalf of the Department of the Army, is attempting to gather information from industry partners interested in and capable of providing support services to the Intelligence and Information Warfare (I2WD) and the Night Vision and Electronic Sensors Directorate (NVESD), as well as other Government activities, working in conjunction with the CERDEC Flight Activity (CFA). The purpose of this Request for Information (RFI) is to identify interested sources for the requirements described herein. Funding is not available at this time and no award will be made as a result of any response provided. This is a market survey for planning purposes only. Submitting company information does not bind CERDEC or the Department of Army to any future solicitation or contract as a resulting of this RFI; nor are they responsible for costs incurred by any individual company in the generation of their RFI response. ALL RESPONDENTS TO THIS RFI MUST BE U.S. CITIZENS. Background: I2WD/CFA is currently under contract for the support services detailed in this narrative. The current requirement is being satisfied with a Cost-Plus/Fixed-Fee (CPFF), Time and Materials (T&M) and Firm Fixed Price (FFP) contract awarded to a small business using "Lowest Price/Technically Acceptable" procedures under FAR Part 15 [North American Industry Classification System (NAICS) Code: 488190; Small Business Size Standard: $30,000,000]. The Government intends to use this information to issue a mix of Cost-Plus/Fixed-Fee (CPFF), Time and Materials (T&M) and Firm Fixed Price (FFP) tasks under a contract awarded using "Lowest Price/Technically Acceptable" procedures in accordance with FAR Part 15. The planned contract will provide support service the I2WD/CFA and the NVESD, and any successor organization that may evolve, for the time period between 01 March 2017 to 28 February 2022. The base contract will be awarded for one (1) year and contain four (4) 1-year options. The total contract period will not exceed five (5) years. The majority of labor hour rates will be established in Collective Bargaining Agreement; approximately five labor categories with be proposed for administrative type work and firm-fixed price (FFP) will be used for purchased materials type contract award. Security requirements for the basic contract will be as follows: Secret, Top Secret (TS), Sensitive Compartmented Information (SCI) and COMSEC. Requirement Synopsis: Support services are required by the CFA, Joint Base McGuire-Dix-Lakehurst, Lakehurst, NJ; NVESD Aviation Branch, Davison Army Airfield, Ft. Belvoir, VA and their elements at other locations. Services are also required by the Program Managers and customers developing payloads and avionics systems for their mission areas. Knowledge of all areas of aviation is required. These areas include but are not limited to: ground or aircraft operation, aircraft recovery, recovery procedures, parts cannibalization procedures, systems engineering support, test and evaluation, independent assessments, flight records, crewmember and non-crewmember support. Travel both CONUS and OCONUS is required. The support services included in this requirement include maintenance and modification of CFA aircraft or aircraft serviced by the CFA IAW Army Regulation 95-20. Services include but are not be limited to: Production Control, Quality Control, Flight Line Duties, Ground Support, Life Support Equipment, Safety Equipment, Engineering and Technical Support, Systems Engineering and Subsystem Integration, Flight Test, Payload Integration, Aviation Unit Maintenance (AVUM) and Aviation Intermediate Maintenance (AVIM), Prototype Research & Development (R&D) Avionic Unit and Intermediate Level Maintenance Support, Aircraft and Avionics Equipment Modification, associated research and development activities as well as prototype fabrication support. Target platforms that will be supported under this requirement include all aircraft, vehicles and support equipment assigned to the CFA and NVESD, as well as other customer aircraft at other locations. Fixed wing and rotary wing aircraft target platforms include the RC-12, UV-18, C-12, De Havilland Dash-8, C-130, UH-1, UH-60A, L, and M, HH-60M, CH-47 and AH-64. The contractor shall provide support services to the facilities and shops to support aircraft, Unmanned Air Systems (UASs) (RQ-7 and MQ-1C), ground vehicles and other equipment provided by outside customers. The CFA also provides support services to the RESET program which is standardizing aviation tools and support equipment through the application of modernization kits and modernization programs, and providing the opportunity to establish parts-marking capabilities that comply with DOD's item-unique identification requirements. Therefore, the requirement includes support for aviation tools and support equipment to include but not limited to the following systems: Aviation Foot Lockers (AFL), Aviation Unit Maintenance (AVUM) A92 Shelters, Aviation Intermediate Maintenance Shop Set (AVIM SS), Unit Maintenance Aerial Recovery Kits (UMARK), Digital Aircraft Weighing Scales (DAWS), Aviation Vibration Analyzer (AVA) Test Set, Pitot and Static Test Set (PSTS) and the New Aviation Tool Sets (NATS). Requested Information: I2WD/CFA is interested in receiving information regarding industry's expertise and experience supporting aviation programs and support services as detailed in this requirement. Response narratives should describe applicable experience with fixed wing and rotary wing aircraft, experience in the areas of AVUM and AVIM, prototype R&D, aircraft modification support, technical supply services and engineering support to all aircraft including Unmanned Aerial Vehicles (UAV's). Include points of contact for Government sponsors, where applicable. Include experience in the maintenance and integration areas, experience in Quality Assurance and available staff to support these types of aviation, integration and maintenance efforts. Submission Instructions: Interested parties should send their company/service capabilities information electronically via e-mail (usarmy.apg.rdecom-cerdec.mbx.i2wd-cfa-rfi@mail.mil) within twenty-one (21) calendar days of the date of this notice. Responses to this RFI should be no more than 20 pages [Adobe PDF or Microsoft Word format; 1-inch margins, single-sided, 12 point Ariel or Times New Roman font]. All questions/clarifications regarding this announcement must be submitted in writing using the same email address. Requests for in-person presentations and/or discussions will not be honored at this time. If you choose to submit proprietary information, mark it accordingly. Classified information will not be required nor accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/47eec2759b5d4e59fd5d58277cb0e122)
- Place of Performance
- Address: Joint Base McGuire-Dix-Lakehurst, Bldg #194 Hangar 5, Dunn Street, Lakehurst, NJ 08733-5009, Lakehurst, New Jersey, 08733-5009, United States
- Zip Code: 08733-5009
- Zip Code: 08733-5009
- Record
- SN04049302-W 20160316/160314234651-47eec2759b5d4e59fd5d58277cb0e122 (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 |