SOURCES SOUGHT
J -- Sources Sought for UC-35D Contract Logistics Support (CLS) Maintenance
- Notice Date
- 4/26/2023 1:28:35 PM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-23-RFPREQ-PMA207-0373
- Response Due
- 5/11/2023 2:00:00 PM
- Point of Contact
- Melanie Hartenstein, Jamie Schoemaker
- E-Mail Address
-
melanie.hartenstein@navy.mil, jamie.l.schoemaker.civ@us.navy.mil
(melanie.hartenstein@navy.mil, jamie.l.schoemaker.civ@us.navy.mil)
- Description
- N00019-23-RFPREQ-PMA207-0373 Sources Sought RFI Synopsis:� UC-35D Contract Logistics Support (CLS) Maintenance The Naval Air Systems Command (NAVAIR), on behalf of PMA-207 the Tactical Airlift Program Office, announces its intention to procure-Contract Logistics Support (CLS) for the UC-35D aircraft.� The responses to this Sources Sought Notice will be utilized to determine if any Small Business Set-aside opportunities exist.� All Small Business Set-aside categories will be considered.� In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation.� Responses will also be utilized by the Government in developing its acquisition/contracting strategy and Statement of Work/Performance Work Statement. The Product Service Code (PSC) for this requirement is J015 (Maint/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components). �The North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation) with a Size Standard of $35M. Disclaimer: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT 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 ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY Requirements: The UC-35D is a Citation Encore, Cessna 560, aircraft series manufactured by Cessna Aircraft Company. It is a multipurpose, low-wing, business-jet monoplane with a pod-mounted engine on each side of the fuselage. The aircraft can accommodate passengers, cargo, or both.� The UC-35D fleet of ten (10) aircraft is located at multiple sites around the United States and overseas, and is responsible for the transport of high priority passengers and cargo with time, place, or mission sensitive requirements. The locations requiring UC-35D CLS services and number of aircraft at each site are as follows: Marine Corps Air Station (MCAS) Miramar, CA - 2 Joint Base Andrews JBA, MD - 3 (One (1) UC-35D rotates to Al Udeid Air Base, Doha, Qatar) MCAS Cherry Point, NC - 3 (One (1) UC-35D rotates to Al Udeid Air Base, Doha, Qatar) MCAS Futenma, Japan - 2 Al Udeid Air Base, Doha, Qatar� 1 (Noted above which rotates between CONUS sites Andrews JBA, MD & Cherry Point, NC) NOTE: Joint Base Andrews and Cherry Point have a requirement to alternate support for the Site in Qatar. One (1) aircraft is provided from one (1) site at a time to cover a six (6) month rotation. Rotations normally occur in May & November. The UC-35D aircraft are hosted at United States military bases, two (2) of which are in foreign countries.� UC-35D CLS consists of maintenance and supply support in compliance with DCMA INST 8210.1C oversight procedures and consists of the management and performance of the following services: Line Maintenance Global spares support Depot Level maintenance (Scheduled and Unscheduled) Drop-in maintenance & repair Aircraft Survivability Equipment (ASE) requirements & Certifications Engine overhaul, Hot Section Inspection (HSI) (on-wing/off-wing), inspections & repair Aircraft Stripping & Painting Interior refurbishments Global Aircraft on Ground (AOG) Support Aircraft modifications Site Standup / Site Shutdown The UC-35D fleet is maintained to Federal Aviation Administration (FAA) approved maintenance standards.� All depot maintenance is performed at a Federal Aviation Regulations (FAR) Part 145 FAA-certified repair stations. In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance.� Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business� General & Administrative rate multiplied by the labor cost.� The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR Clause 52.219-14.� If the prime is a joint venture, the cost of performance by both small business concerns is utilized in calculating its performance to comply with FAR 52.219-14. Capability Statement Responses Requested: It is requested that each interested party (respondent), respond to the questions listed in the attached Capabilities Questionnaire and submit a Capability Statement demonstrating the respondent�s ability to fulfill the above-described requirements. Respondents shall submit the Capabilities Questionnaire and Capability Statement by email to Contract Specialist, Melanie Hartenstein, via e-mail at melanie.a.hartenstein.civ@us.navy.mil and to Procuring Contracting Officer (PCO), Jamie Schoemaker, via e-mail at jamie.l.schoemaker.civ@us.navy.mil.� Only completed Capabilities Questionnaires and Capability Statements received not later than the 2:00 PM EST on 11 May 2023 will be considered by the Government.� Each respondent is advised against submitting a Capability Statement that merely mimics information in this Notice, provides brochure-like information, or provides general information.� Aside from the Capabilities Questionnaire, each Capability Statement package shall be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum.� The Government requests that respondents deliver completed Capabilities Questionnaires and Capability Statements electronically via e-mail with proper data markings for unclassified and proprietary information.� Classified material SHALL NOT be submitted.� All submissions should include this Notice Reference Number, Company name, Company address, Company Business Size as it relates to NAICS 488190 ($32.5M size standard), Current Small Business Status, CAGE code, Unique Entity Identifier, NAICS code(s) and point of contact information (name, position, phone number and email address).� In order to complete its review, NAVAIR must be able to share a respondent�s completed questionnaire and Capability Statement both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7015 Technical Data--Commercial Items (MAR 2023).� Any completed questionnaire and/or capability statement marked in a manner that will not permit such review will not be assessed or considered.� All submissions must include a statement clearly allowing the information to be disclosed with covered Government support contractors.� Information submitted in response to this notice is submitted at no cost to the Government and will not be returned.� The Government is under no obligation to provide responses or comments to the information received from interested persons, but may request additional information following review.� Responses to this notice shall be sent via e-mail to Contract Specialist, Melanie Hartenstein, via e-mail at melanie.a.hartenstein.civ@us.navy.mil and to Procuring Contracting Officer (PCO), Jamie Schoemaker, via e-mail at Jamie.l.schoemaker.civ@us.navy.mil.� Responses transmitted by any other means (e.g., by telephone, telefax, mail, etc.), other than those transmitted by e-mail will not be considered. �Questions regarding this sources sought must be emailed to the Government points of contact listed on this Notice.� Please do not inquire via telephone.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2d0c1f3c47747ce897659840e54288f/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN06663684-F 20230428/230426230111 (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 |