Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2024 SAM #8214
SOURCES SOUGHT

15 -- Prototype Integration Facility (PIF) 2027

Notice Date
5/22/2024 6:15:53 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ-24-R-0054-REV3
 
Response Due
6/10/2024 8:00:00 AM
 
Archive Date
06/25/2024
 
Point of Contact
Charles D Miller, Derrick Thompson
 
E-Mail Address
charles.d.miller2.civ@mail.mil, derrick.l.thompson28.civ@army.mil
(charles.d.miller2.civ@mail.mil, derrick.l.thompson28.civ@army.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Government hereby requests information regarding the technical and financial capabilities of Small Business Administration (SBA) certified 8(a) firms, to include Native Hawaiian Organization (NHO) owned, Native American Tribally owned or Alaska Native Corporation (ANC) owned certified 8(a) concerns, to perform Army Futures Command (AFC) Combat Capabilities Development Command (DEVCOM) Prototype Integration Facility (PIF) support requirements as outlined below. The applicable North American Industry Classification System (NAICS) code for this requirement will be 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing, size standard 1,250 employees. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any costs expended by any interested parties in responding to this notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. This is a sources sought notice only and is not a Request for Proposal (RFP). The purpose of this sources sought is to conduct market research to determine if responsible sources exist that can support this requirement; as well as to assist in determining if this effort can be competitive, and/or a total Small Business Set-Aside. Background: For information purposes only. Army Futures Command (AFC) DEVCOM Aviation and Missiles Center (AvMC) anticipates a requirement for a support contract to provide labor, materiel, and facilities to support the PIF at Redstone Arsenal, Alabama. The PIF is currently supported by Defense Systems and Solutions (DSS), a joint venture between Yulista Aviation, Incorporated (YAI) and Science and Engineering Services (SES), Incorporated under contract W58RGZ-18-D-0001. The contract, with a ceiling of $4.7 Billion and a five-year period of performance plus two, two-year options for a total of nine years possible. Caveat: Offerors are cautioned that historical workloads are not a guarantee of future workloads. ($4.7 Billion is not the guaranteed minimum. The guaranteed minimum if a contract is issued, is only the first task order.) Additional information about the PIF is available at: https://piee.mil. RFP: W58RGZ-24-R-0054, when you contact the Contract Specialist listed below with your CAGE Code. A minimum of a working knowledge of the DoD Critical Safety Item (CSI) program and the Army Aviation Air Worthiness Release (AWR) process is required. History has shown that it is imperative that the prime contractor have (or be capable of developing) an extensive network of subcontractors and materiel vendors to address the broad scope of work, and rapidly evolving delivery order requirements. The prime must be structured in a manner that allows for flexible performance of the Government's requirements, increasing support during periods of growth, and reducing support during periods of decreased workload. This potential requirement is being considered for Small Business Administration (SBA) certified 8(a) firms to include Native Hawaiian Organization (NHO) owned, Native American Tribally Owned, or Alaskan Native Corporation (ANC) owned certified 8(a) concerns, subject to the availability of funds. Desired Response: Interested parties possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement are invited to respond to this marketing sources sought announcement via an electronic submission of an executive summary. If you have previously responded to the sources sought for: W58RGZ-24-R-0054, you are not required to respond again. Microsoft Word (.docx) and/or Adobe (.pdf) files are required. Interested parties are asked to answer, and respond to, the following questions and requests in addition to their executive summary. In both the executive summary and the response to the questions below, company proprietary information should be marked accordingly. 1. Please provide your company name, address, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 336413. Please clearly confirm that your company is an eligible 8(a) firm. Confirm the primary NAICS for your organization. 2. Provide a summary of your approach to meeting the stated requirement (i.e., your company's facilities in Huntsville, AL, team members and their roles). 3. Provide relevant corporate experience references. You may cite company and related web addresses as additional sources of information. Address experience with: aviation, missiles, and Unmanned Aerial Systems. Address experience in dealing with major defense contractor Original Equipment Manufacturers (OEMs). Address your experience handling surge requirements. Relevant corporate experience information should identify the applicable contract number; the total contract dollar amount; contract period of performance; a brief description of the services performed; and customer point of contact with corresponding telephone number and e-mail address. 4. Does your organization participate as a prime contractor, or as a major subcontractor in the development or production of a weapon system under a major defense acquisition program, or pre-major defense acquisition program? 5. Does your organization have any Organizational Conflicts of Interest (OCI) with the PIF SOW? See FAR Subpart 9.5 � Organizational and Consultant Conflicts of Interest. The offerors shall disclose to the Contracting Officer all facts relevant to the existence of an actual or potential OCI. This disclosure shall include a description of the action the Contractor has taken or plans to take to avoid, neutralize or mitigate the OCI. Does your organization have any fixed-wing production systems contracts with DFARS 252.209-7009 Organizational Conflict of Interest � Major Defense Acquisition Program? ��6. Do you currently provide comprehensive program management, research and development, engineering, fabrication, subsystem and system integration, qualification testing, logistical and support to DoD hardware as described in this sources sought? If so, what types of systems do you support? 7. If your company is not currently providing this support, has your company had experience in the last 5 years providing these types of services as a prime contractor, or as a subcontractor? Specify whether your work was as the prime contractor, or was as a subcontractor. 8. No Government facilities will be available for the awardee to utilize. The Government desires a minimum of 1,200,000 square feet off-post facilities space, to include aircraft hangar space for large helicopters, high-bay space, warehouse, and manufacturing space. How much facility space does your organization have located within the Huntsville-Decatur-Albertville Combined Statistical Area as defined in Office of Management and Budget (OMB) Bulletin No. 23-01, dated 21 July 2023? How much aircraft hangar space does your organization have located within the Huntsville-Decatur-Albertville Combined Statistical Area? How much facility space do you have that is high bay? Provide any recommendations or concerns you have about the desired off-post facilities space, aircraft hangar space, and the geographic restriction to the Huntsville-Decatur-Albertville Combined Statistical Area. The requirement for maintaining these facilities shall not be construed to mean that the Government will pay any direct costs in connection therewith and further, the contractor shall not be entitled to any direct payment in connection with any personnel set in readiness at or brought to such facility in preparation or in exception of work to be performed under the Contract. Payment for labor hours and materials will be made only for such hours and materials actually expended in performance under the contract. 9. What experience does your company have with managing Government property? Specify the warehouse square feet and dollar amounts per year. The Government estimates the amount of Government property to be around $1.5B on this contract. (Note: DoD is issuing a final rule amending the Defense Federal Acquisition Regulation Supplement (DFARS) to consolidate existing contract clauses for the management and reporting of Government property into a single contract clause. See DFARS 252.245-7003 Contractor Property Management System (Jan 2024)). 10. Provide any other recommendations, comments, or concerns you have about this potential acquisition. Place of Contract Performance: Primarily at Redstone Arsenal, Alabama, local contractor-provided facilities off-post, and Joint Base Langley-Eustis (JBLE), Virginia. Responses shall be unclassified. If a solicitation is issued, it will be published electronically on the SAM.gov website or PIEE, and will be the responsibility of the interested parties to check regularly. All interested parties are requested to send an executive summary, responses to the questions/requests, including web-based links to company or descriptive literature along with any recommendations and comments to: Mr. Charles D. Miller, Army Contracting Command - Redstone via email at: charles.d.miller2.civ@army.mil and derrick.l.thompson28.civ@army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4a0ed79e31f943a4ac247a4cf9210bf8/view)
 
Place of Performance
Address: Redstone Arsenal, AL 35898, USA
Zip Code: 35898
Country: USA
 
Record
SN07074160-F 20240524/240522230052 (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 |
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.