Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 23, 2024 SAM #8366
SOURCES SOUGHT

J -- Maintenance Support Services

Notice Date
10/21/2024 10:11:15 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5090 USA
 
ZIP Code
35898-5090
 
Solicitation Number
W58RGZ-25-R-0004
 
Response Due
11/20/2024 2:00:00 PM
 
Archive Date
12/05/2024
 
Point of Contact
Velma Howard, Phone: 2568769533, Zulekia U. Stewart, Phone: 2568429198
 
E-Mail Address
velma.l.howard.civ@army.mil, zulekia.u.stewart.civ@army.mil
(velma.l.howard.civ@army.mil, zulekia.u.stewart.civ@army.mil)
 
Description
1. INTRODUCTION The Army Contracting Command - Redstone Arsenal is issuing this sources sought synopsis as a means of conducting market research to identify parties having the interest and resources to support the requirement to provide aviation fielding and sustainment level maintenance, training, and logistics support on all aviation and ground support equipment of the Royal Saudi Land Forces Aviation Corps (RSLFAC). The intent is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback will be provided regarding submissions. 2. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED. FAILURE TO RESPOND TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ), INVITATION FOR BID (IFB) OR RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� 3. PLACE OF PERFORMANCE Location� � � � � � � � � � � � � � � � � � U.S. Gov�t Site� � � � � � � � � �Off-Site Kingdom of Saudi Arabia� � � � � � � � � � 0%� � � � � � � � � � � � � � � � 100% 4. PROGRAM BACKGROUND The United States Government (USG) has provided services to the KSA through Maintenance, Service and Support (MSS) contracts for more than fifteen (15) years utilizing single-source and competitive award acquisitions. The RSLFAC currently possesses infrastructure to support the tasks described below. Base support will be provided to the Contractor by the RSLFAC, to include KSA-controlled working space, material, equipment, vehicles, services, and other support the KSA determines can be made available at, or through, any RSLFAC installation where this contract will be performed. RSLFAC will provide to the Contractor aviation related systems and required support equipment, kits, equipment, repair parts and materials to be utilized or installed in such aircraft. RSLFAC will provide all fuel, oil, lubricants and coolants associated with contractual services and will provide facilities and equipment to include access to telephone, electric power, compressed air, hydraulic equipment, testing equipment and facilities, work stands, (both fixed and portable type), workspace including laboratory facilities, maintenance, and area security. This support will be provided on a no-charge-for-use basis and the value of this support will not be a part of the USG's contract consideration. 5. REQUIRED CAPABILITIES The Contractor shall provide the following services per the background and conditions stated above. Further detail is provided in the draft Statement of Work attached to this announcement. 5.1 Period of Performance This contract will provide maintenance and support services to the Royal Saudi Land Forces Aviation Corps for five (5) years: one (1) 12-month base period with three (3) individual 12-month options, one (1) 6-month option, and two (2) 90-day periods for transition operations, as required. A competitive award is anticipated NLT May 3, 2026. 5.2 Aircraft Fielding and Sustainment Support Contractor provides complete maintenance and logistics support for the following airframes: eight (8) CH-47 Chinooks, forty-two (42) AH-64 Apaches, forty-six (46) UH-60 Blackhawks, twelve (12) 406 Combat Scouts, and Schweizer 333 Initial Entry Rotary Wing (IERW) training aircraft. This support includes related aviation ground support equipment, including special tools and test equipment. Contractor will support and assist with all maintenance and logistics tasks commonly associated with military rotary wing assets. 5.3 Schweizer 333 Support Contractor provides staffing support for IERW Schweizer 333s aircraft to include Aviation Mechanic III and Instructor Pilot/ Maintenance Test Pilot advisors. 5.4 Flight and Ground Operations Contractor shall comply with AR 95-20 requirements for operations involving work performed on aircraft in performance of this contract. 5.5 Backshop Support Contractor supports and assists consolidated back shops to accomplish field maintenance and approved sustainment maintenance. Contractor personnel assist with component repair, inspections, servicing, and troubleshooting of unserviceable aircraft parts and components. 5.6 Property and Supply Management Contractor supports and assists all Logistics Management and logistics-related functions in support of aviation missions. Contractor provides a Logistics Management Coordinator responsible for all logistics management activities. 5.7 Procurement The contractor shall support and assist with procurement of services requirements in support of the RSLFAC MSS program in accordance with (IAW) procedures, standards, and guidance established by the National Contract Management Association's ""Contract Management Standard,"" which is the basis of the DoD Contracting Competency Model. Contractor shall support and assist the procurement of material and services support for aviation-related items in or out of the KSA. Program procurements will follow all regulatory requirements dictated in the Federal Acquisition Regulations (FAR). 5.8 Additional Skillsets Contractor provides fully qualified personnel capable of providing repair support, assistance and instruction in the following areas: aircraft hydraulics and related flight control actuating systems; sheet-metal and composite repair; onsite machining and welding; repair of avionics, electrical, and navigation components; armament repair and troubleshooting; and maintenance support for applicable powertrains. 6. RESPONSES The USG will evaluate market information to ascertain market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated; secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; implement a successful project management plan that includes compliance with tight program schedules, cost containment, meeting and tracking performance, hiring/retention of key personnel; and risk mitigation. 6.1 If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, point of contact (POC) with email address and phone number, company website, and size and type of ownership for the organization; Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability; and If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 7. INDUSTRY DISCUSSIONS The USG representatives may or may not choose to meet with or otherwise initiate communication with potential offerors. Such discussions are intended only to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 8. SPECIAL REQUIREMENTS 8.1 Business Size Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.2 Security Personnel Requirements Contractor shall designate an operational security (OPSEC) POC. That individual shall complete Level-1 OPSEC training under this contract within six (6) months and will provide OPSEC training to contract employees. The Contractor personnel shall adhere to all local security policies, procedures and restrictions. 8.3 DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain an appropriate Facility Clearance. 8.4 Government Furnished Property Plan No government furnished material is anticipated for this effort. 8.5 Service Contract Act The proposed contract is anticipated to include tasking accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. 8.6 Contract Type The contract type is anticipated to be a combination of a firm fixed-price for labor hours and cost-reimbursable line items for procurements. 9. ELIGIBILITY The applicable North Americal Industry Classification System (NAICS) code for this requirement is 488190, Other Support Activities for Air Transportation, with a Small Business Size Standard of $40 million. The Product Service Code is J015. Businesses of all sizes are encouraged to respond. However, each respondent must clearly identify their business size in their capabilities statement. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation (FAR) Part 19 for additional detailed information on Small Business Size Standards. 9.1 Submission Requirements 9.1.1 Format Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length, single-spaced with one-inch margins, and using no smaller than 10-point Times New Roman font. 9.1.2 Cover Page All responses should include a cover page that includes company name, business type, mailing address, overnight delivery address, and contact information for a designated business POC and the Facility Security Officer (FSO). The cover page does not count towards the ten-page limit. 9.1.3 Deadline The deadline to respond to this request is no later than 5:00 pm, EST 20�November 2024. All responses under this Sources Sought Notice must be e-mailed only to Velma L. Howard, at velma.l.howard.civ@army.mil. 9.1.4 Contracting Strategy Responses should include a recommended contracting type/strategy. 9.2 Proprietary Data� 9.2.1�Proprietary Information and Non-disclosure Agreements Provide copies of executed Proprietary Information Agreements (PIAs) with contractor supported PEOs and DRPMs in technical evaluations, or a statement that the respondent will not allow the� to release its proprietary data to the USG support contractors. In the absence of either of the foregoing, the USG will assume that the respondent does NOT agree to the release of its submission to USG support contractors. 9.2.2 Proprietary Markings Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED on a cover page. To aid the USG, please segregate proprietary information. Please be advised that all submissions become USG property and will not be returned. 10. REQUESTED INFORMATION Has your company previously managed a task of this nature? If so, please provide the customer, contract number and dates of performance. If the contractor is unable to perform the described services, what is the gap in capability? Would the contractor require subcontractors to complete the described tasks? What capabilities will these subcontractors provide? Is the contractor currently performing work in Saudi Arabia or a neighboring country? If yes, please provide details and specify if commercial or government work. Would the contractor require any USG equipment or facilities to perform the listed tasks? Detail any specific issues or concerns regarding execution of this effort, if not addressed above. 11. SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide MSS capabilities to the RSLFAC. The information provided in this notice is subject to change and is not binding on the USG. The Army has not made a commitment to procure any of the services discussed, and release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become USG property and will not be returned. All questions must be submitted to the POC identified above. The USG is not committed nor obligated to pay for the information provided, and no basis for claims against the USG shall arise as a result of a response to this Sources Sought Synopsis. Attachments: Note that all attachments are subject to change at any point prior to the award of any potential contract, and subsequent to any required negotiations and/or notifications. �0001 Statement of Work 0002 Areas of Responsibility 0003 Document Summary List (DSL) 0004 Definitions and Acronyms 0005 Capabilities or Missions by Location 0006 Position Qualifications 0007 MSS Program Support Team 0008 RSLFAC 95-1 Aviation Flight Regulation 0009 DCMA Inst. 8210-1D Contractor�s Flight and Ground Operations CDRL A001 Personnel Report � Manning Accountability CDRL A002 Contractor Standard Operating Procedure - Safety CDRL A003 Contractor Standard Operating Procedure - OJT CDRL A005 Meeting Minutes � PMR or other CDRL A006 Contractor Phase-Out Transition Plan CDRL A007 Contractor�s Progress and Status Report � Contractor Performance CDRL A009 Technical Report-Study or Services-Expenditures or Disbursement Report
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a250f036217460199f3cdc5f154a599/view)
 
Place of Performance
Address: SAUDI ARABIA, SA-01, SAU
Country: SAU
 
Record
SN07245527-F 20241023/241021230107 (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.