Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOURCES SOUGHT

J -- Sources Sought Contractor Logistics Service (CLS) and Contract Field Service Representative (CFSR) Support, Country of Lebanon

Notice Date
8/15/2024 11:58:15 AM
 
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
W58RGZ25R0002
 
Response Due
8/30/2024 3:00:00 PM
 
Archive Date
08/31/2024
 
Point of Contact
Kanetra Garrett, Phone: 520-674-7882, Dennis Alber, Phone: 5408452456
 
E-Mail Address
kanetra.s.garrett.civ@army.mil, dennis.g.alber.civ@army.mil
(kanetra.s.garrett.civ@army.mil, dennis.g.alber.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Tracking Number: RFP # W58RGZ-25-R-0002 Contracting Office Address: Army Contracting Command � Redstone (ACC-RSA) Aviation Directorate -Utility/Cargo/Scout Attack/Mi17 (FMS) - CCAM-NS-A, Building 5309, Martin Road, Redstone Arsenal, AL 35898 Notice Type: Sources Sought Contractor Logistics Service (CLS) and Contract Field Service Representative (CFSR) Support, Country of Lebanon Description: NAICS Code: 488190, Specialized Services for Air Transportation Product Service Code: J015 � Equipment Related Services���Maintenance, Repair and Overhaul This Army Sources Sought is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not constitute a commitment by the United States Government (USG) to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor compensate any respondent for any cost incurred in developing information provided to the USG. The Government may request additional information upon review. The goal and mission of the Cargo Helicopter Project Office, International Non-Program of Record Aviation Product Office (INRAP) is 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 in support of Overseas Contingency Operations for armed MD-530F aircraft. The Army Contracting Command-Redstone (ACC-RSA), on behalf of the INRAP Product Office, is seeking to identify qualified sources that has the capabilities to provide the Lebanese Air Force (LAF) with long-term continuing sustainment support for their Armed MD-530F aircraft including Contractor Field Service Representative (CFSR), and Contractor Logistics Support (CLS) as defined in the PWS. The program intends to utilize results of this inquiry as an element of market research to pursue a Limited Source Justification and Approval in accordance with (IAW) FAR 6.302-4(a)(2), to limit further competition on the follow-on contract for the continued development and production in support of the program of record. Any resultant Justification and Approval will be made publicly available in accordance with FAR 6.305. Sources Sought Requirements � Description of Information Requested Provide the following company information with your submission: Company Name, CAGE Code, DUNS and Unique Entity Identifier (UEI) number, Company Address, and Place of Performance Address Point of contact, including name, title, phone, and email address Size of company, average annual revenue for the past three years, and number of employees Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business Be able to provide a Certified Cost Accounting Standards (CAS) System that allow the USG To award Cost Plus Type Awards. Provide documentation that clearly demonstrates the ability of the Contractor to provide aircraft and aircraft systems Subject Matter Experts (SMEs) to support the LAF in all facets of aircraft maintenance and maintenance management. The Contractor shall provide CLS assistance and mentorship of LAF personnel enabling them to retain and employ the skills previously acquired through OEM training that are required to maintain the aircraft. Program Requirements IAW with the Performance Work Statement (PWS) include: The Contractor shall provide all services necessary to support this PWS. The Contractor shall have a Program Manager (PM) accountable for the program effort as described in this PWS.� The Contractor shall provide and maintain a trained workforce capable of providing the services specified in this PWS. All Contractor personnel are required to read, write, speak, and understand the English language.� The Contractor shall adhere to all in-country/Host Nation personnel reporting requirements.�� The Contractor shall abide by all applicable Host Nation and local occupational safety and health requirements and ensure all employees have appropriate PPE. The Contractor shall be responsible for all transportation support as necessary for Contractor personnel. The Contractor shall be responsible for maintaining appropriate business relationships with the OEM(s) for Engineering Services (ES) requirements, including identifying obsolescence issues.� The Contractor shall support operations at Hamat Air Base, Lebanon, and other locations within Lebanon, such as Hannoush Aerial Gunnery range, as required by the LAF and approved by the COR. Support Requirements IAW with the PWS include: The Contractor shall provide all materials, personnel, equipment, tools, and hardware/software. The management of this support will be addressed within the Contractor's Property Management System and reported in the Contractor's Property Management Standard Operating Procedure (SOP). For this effort the Contractor shall provide only personnel, tools and hardware/software required to perform the CFSR and CLS requirements identified in this PWS.� The Government reserves the right to perform site visits and assessments to verify contractor statements/assertions provided in the resultant responses. Due to the current DOS and DoD travel restrictions, this activity may be requested virtually in lieu of on-site. Any questions regarding this posting must be directed to both points of contact from ACC-RSA: Kanetra S. Garrett, Contract Specialist, kanetra.s.garrett.civ@army.mil Dennis G. Alber, Contracting Officer, dennis.g.alber.civ@army.mil No questions will be accepted telephonically nor will any responses to questions be provided telephonically. Proprietary information should be clearly marked. No classified documents shall be included in your response. Please be advised all information submitted in response to the Sources Sought becomes the property of the U.S. Government and will not be returned. All information received in response to this Sources Sought marked �proprietary� will be handled accordingly. Responses to this Sources Sought shall not exceed total email file size of 9 megabytes. Responses exceeding this limit will not be accepted by the Government. Responses shall also not exceed 15 single-spaced pages on 8.5 x 11 size paper with one-inch margins. Title page, table of content, graphic chart pages, technical specifications, and product sheets may be included as deemed necessary and will not count against the 25-page limit listed above. Font size shall not be smaller than Arial 10. All responses shall be submitted via email to both email addresses listed above. All information must be readable by Microsoft (MS) 365 Office Suite including Word, MS Excel, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information). This Sources Sought will be open from date of publication through 30 August 2024. The Government encourages participation by small business (including ANCs and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small, disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. All responses must be delivered by 17500 Central Daylight Time on Friday, 30 August 2024, to the two email addresses listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73de66f949f94f5d9a9b44f1fff3af6c/view)
 
Place of Performance
Address: LBN
Country: LBN
 
Record
SN07172989-F 20240817/240815230127 (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.