SOURCES SOUGHT
J -- Sources Sought/Request for Information for WLSS-C to Determine Potential Small Business on-Ramp Event
- Notice Date
- 2/17/2021 12:26:23 PM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- TM202110204
- Response Due
- 3/2/2021 12:00:00 AM
- Archive Date
- 03/02/2021
- Point of Contact
- Angela M. Morgan, Phone: 256-842-2849, Lanora Brooks, Phone: 2568425525
- E-Mail Address
-
angela.m.morgan.civ@mail.mil, lanora.i.brooks.civ@mail.mil
(angela.m.morgan.civ@mail.mil, lanora.i.brooks.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This Sources Sought/RFI is issued solely to assess sources in the open market for the potential to conduct an On-Ramp Event for the WLSS-C Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Restricted Pool (Small Business) only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). In preparation for a potential on-ramp, ACC-RSA-CCAM-M is seeking two or more eligible contractors capable of providing the services outlined in the WLSS-C PWS.� Should there be sufficient eligible, capable contractors discovered through this RFI in the open market, ACC-RSA-CCAM-M intends to conduct an on-ramp event for the WLSS-C Restricted (Small Business) contractor pool. SOURCES SOUGHT DESCRIPTION: This is NOT a solicitation announcement. This is a sources sought / RFI only. The purpose of this sources sought/RFI is to determine if potential qualified small business sources relative to NAICS 488190 (size standard of $35.0 M.) exist for an On-Ramp Event for the Restricted (small business) contractor pool of the WLSS-C MA IDIQ. After review of the responses to this sources sought, a solicitation announcement may be published dependent on the outcomes of this market research. BACKGROUND The WLSS-C MA IDIQ was awarded to eight (8) contractors between 04 April 2018 and 12 October 2018.� This MA IDIQ serves as the primary vehicle for procurement of Contractor Logistics Services (CLS) for non-Standard rotary wing aircraft systems for the U.S. Army Program Executive Office, Multi-National Aviation Special Projects Office (MASPO). The contract established both an Unrestricted (full and open) and a Restricted (small business set aside) pool of contractors.� The subject MA IDIQ has a basic ordering period of five years (11 Oct 18 � 10 Oct 23) and an option period of an additional 5 years (11 Oct 23 � 10 Oct 28) with a potential of 10 years of performance. �As stated in Section L � Instructions, Conditions, and Notice to Offerors of the WLSS-C MA IDIQ solicitation W58RGZ-15-R-0166, potential on-ramp procedures may be implemented on an annual or as needed basis to maintain contractor pools capable of providing adequate competition. SCOPE The scope of the WLSS-C multiple award contract includes the mission of the US Government (USG) to procure, field, sustain, and provide training and technical support of non-standard aircraft for the Department of Defense (DOD) and allied countries, or as directed by the Office of the Secretary of Defense (OSD) in support of Overseas Contingency Operations (OCO). The USG provides support to customers worldwide for a variety of non-standard rotary wing aircraft systems. Examples of supported nonstandard rotary wing aircraft include Mi-17, MD-530, MD-500, Bell 200/400 series, UH-1, AH-6i and other various aircraft. The task orders (TO) written under this contract define specific requirements in support of critical equipment, material, and services to be performed predominantly Outside the Continental United States (OCONUS) as required to support the United States (US) Army, DOD, other Federal Agencies and Authorities and Host Nations. The services provided are Contractor Logistics Support (CLS) for non-standard rotary wing aircraft systems. The acquisition considers and makes provision for the following elements: Integrated Product Support (IPS) to include technical and engineering services incidental to the performance of CLS. CLS services include sustainment engineering; supply support; maintenance planning and management; furnishing or maintaining support equipment; aircraft modifications; component overhauls; technical data; on the job training and mentorship; manpower and personnel; facilities and infrastructure; packaging, handling, storage, and transportation; contractor field support representatives (CFSR) and computer resources. WLSS-C procures CLS services assigned to the Equipment Related Services Portfolio Group, Maintenance, Repair and Overhaul Portfolio under Product Service Codes (PSC) J015 (Maintenance-Repair of Aircraft) and J016 (Maintenance-Repair of Aircraft Components) and NAICS code 488190 Other Support Activities for Air Transportation. III. REQUEST FOR INFORMATION NOTE: Contractors shall read the WLSS-C Performance Work Statement (PWS) attached to this notice (Attachment 02) in its entirety. In preparation for a potential On-Ramp Event ACC-RSA-CCAM-M is seeking information to identify the following: Prospective, eligible small business contractors capable of providing the supplies and services described in the WLSS-C MA IDIQ PWS. Place of Performance: The primary place of performance will be determined at the delivery/task order level and may be CONUS and/or OCONUS. Prospective, interested contractors shall submit a response in accordance with Attachment 01, Contractor Response Description. All interested contractors are encouraged to respond to this announcement. �Please submit responses to ACC-RSA-CCAM-NSC, Angela Morgan, Contracting Officer, at angela.m.morgan.civ@mail.mil, on or before 02�March 2021, 14:00 CST. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). THIS DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS PURELY VOLUNTARY
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ed816a9e8b004267afbf4c3c4c8b0648/view)
- Record
- SN05919426-F 20210219/210217230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |