MODIFICATION
J -- Request for Information FASTER ACq Cell KRACEn
- Notice Date
- 9/27/2018
- Notice Type
- Modification/Amendment
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12211 Science Drive, Code 253, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- N6134018R0069
- Archive Date
- 7/14/2018
- Point of Contact
- Cynthia Armound, Phone: 407-380-8460, Lisa L. Nelson, Phone: 407-380-8549
- E-Mail Address
-
cynthia.armound@navy.mil, lisa.l.nelson@navy.mil
(cynthia.armound@navy.mil, lisa.l.nelson@navy.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- KRACEn CLS Pool/Lot This is a Request for Information (RFI) only and does not constitute a commitment implied or otherwise, that the Naval Air Systems Command (NAVAIR) will take procurement action in this matter. Further, NAVAIR nor the Government will be responsible for any cost incurred in furnishing information. The purpose of this Request for Information (RFI) is for Market Research only and is in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued IAW FAR subpart 15.201(e). This is not a solicitation for proposals and no contract shall be awarded from this announcement. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. The Government is conducting Market Research to determine potential interested sources that have the skills and experience required to successfully provide small Contractor Logistics Support (CLS) requirements, defined as less than five aircraft at one location. The Government intends to use this information to best determine whether the small CLS requirements should be competed via "full and open competition" or as a "small business set - aside". The Government may fill this requirement as a Task Order under the mod Kits, aircraft Recovery, Augmentation, Components, & Engines (KRACEn) contract. Requirement Description: Single locations with up to five military and/or commercial derivative aircraft for the following types of aircraft both manned and unmanned air vehicles : Fixed wing: Propeller aircraft; Jet aircraft Rotatory wing: helicopter CLS consists of maintenance and supply support in compliance with COMNAVAIRFORINST 4790 series or DCMA 8210.1C over sight procedures and consists of the management and performance of the following services at the whole platform level (not to be confused with the systems/components pool of KRACEn MAC): •· Line Maintenance •· Global spares support •· Depot Level maintenance (Scheduled and Unscheduled) •· Drop-in maintenance & repair •· Engine overhaul, inspections & repair •· Aircraft stripping and painting •· Global Aircraft on Ground (AOG) Support •· Aircraft modifications All responsible sources are encouraged to submit a capability statement that addresses their ability to perform the full range of CLS services described above at the Platform level across geographic sites and locations. The scope of the contract includes organizational and depot maintenance of commercial derivative aircraft, aircraft subsystems, unmanned systems, support equipment, aircrew services, and related equipment both inside and outside the continental United States. The Contractor will be required to use a COMNAVAIRFORINST 4790 series and/or Federal Aviation Administration (FAA) c ompliant maintenance program. Interested businesses shall submit their capability statement package in responses to this RFI in the following format: no more than TWELVE single-sided 8.5 X 11 inch pages, font no smaller than 10 point and should demonstrate the ability to provide the requirement as listed above. All responses shall include Company Name, Company Address, Company Business Size as it relates to NAICS 488190 ($32.5M size standard), Current Small Business Status, Cage Code, DUNS number, NAICS code(s) and Points-of-Contact (POC) including name, phone number, fax number, and email address. Within your capability statement package, please also include your answers to the following questions: •1. Does your company have experience (in the last 5 years) in providing Contractor Logistic Support (CLS) services for less than 5 aircraft at one site within CONUS? Does your company have experience with maintaining aircraft in accordance with COMNAVAIRFORINST 4790 series and/or 14 CFR FAA regulations? Provide details including contract numbers to demonstrate the experience claimed. •2. What is your company's core business? •3. Describe your company's capabilities in performing line maintenance on the fixed and/or rotary winged aircraft described within. Provide contract numbers, if a sub, please provide prime contractor contract number. •4. What are the specific capabilities that your company has regarding Aircraft On Ground (AOG) support including the capability to deploy a maintenance team from the appropriate operating site or depot facility within 48 hours of the AOG in Continental United States (CONUS)? •5. Describe your compan y's experience with a PART 145 repair station. Has your company managed an aircraft that had drop-in/unscheduled maintenance completed at a Part 145 depot repair facility? Provide a POC for that aircraft maintenance effort. •6. Into what category does your company fall: small business, veteran owned small business, service disabled veteran owned small business, disadvantage business, certified 8A, Hub-zone small business, and women owned small business? This effort falls under the NAICS Code of 488190 which carries a $32.5M size standard. •7. The Prime Contractor is responsible for management of the entire maintenance and support effort, including sub-contractor performance. What experience do you have as a prime contractor with managing subcontractors or executing teaming arrangements ? Provide a contract number. •8. Does your company have access to data to include repair data for aircraft it supports currently ? How might the Government structure the contract for USN and USMC military or Commercial Derivative Aircraft (CDA) where the Government does not possess the rights in technical data to these aircraft, except for the small amount of military equipment integrated onto the aircraft? What actions would your company take as a prospective bidder to obtain those rights to the technical data? How would your company get the data necessary from the OEMs to properly bid on the strategic vehicle, overall, and the task orders for the CDA, specifically? If you have bid on the Commercial Derivative Aircraft contracts listed above, how did your company secure the rights in technical data for those efforts to bid and/or perform the work? Classified material SHALL NOT be submitted. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. Any resulting contract is anticipated to have a security classification level of Secret at time of contract award for personnel and facilities clearances. Response Submission Deadline: Responses to this RFI must be submitted no later than 12:00 PM EST on 15 October 2018. RFI submissions will be accepted as email attachments only. All responses must be sent to Cynthia.armound@navy.mil with "KRACEn CLS Pool/Lot" in the subject line. An email confirmation of receipt will be sent within a one-week period to the designated primary point of contact.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0069/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN05107459-W 20180929/180928000543-c77df0b313c7a4c70f23f9ebfc484b3c (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 |