Contractor Logistics Support for C-40A
INTRODUCTION The Naval Air Systems Command Contracts Department (AIR 2.3.5.1), Patuxent River, MD announces its intention to procure on a competitive basis Contractor Logistics Support (CLS) for the N... INTRODUCTION The Naval Air Systems Command Contracts Department (AIR 2.3.5.1), Patuxent River, MD announces its intention to procure on a competitive basis Contractor Logistics Support (CLS) for the Navy's seventeen (17) C-40A aircraft and anticipated two (2) USMC C-40A aircraft. This requirement is a follow-on procurement to contract N00019-16-D-0002 currently being performed by AAR Government Services, Inc. The existing contract is Firm Fixed Price (FFP). This contract is due to expire 31 March 2021. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. REQUIRED CAPABILITIES The C-40A aircraft are a Boeing commercial-derivative (737-700C) cargo/transport/ETOPS aircraft that are Federal Aviation Administration (FAA) 14 Code of Federal Regulations (CFR) part 25 certified aircraft operated by the United States Navy (USN) and soon to be operated by the United States Marine Corps (USMC). They have been modified with Government unique items and have supplement type certifications for those items. The aircraft shall continue to be operationally supported organically at the organizational level at five (5) squadron sites and commercially at two (2) squadron sites. The C-40A aircraft shall continue to be commercially supported at the depot level. In order to maintain FAA certifications, all maintenance must comply with and be performed to14 CFR 121 subparts L and V standards. All avionics systems and components must be installed and maintained in accordance with the manufacturer's specification as delineated in 14 CFR Part 43 and repaired by a certified and rated 14 CFR Part 145 Repair Facility. Offerors must be able to provide and identify it' access to 737-700C Federal Aviation Regulations Part 121 Commercial Parts. The CLS services shall consist of, but are not limited to: 1) Site Activation; 2) Site Support; 3) Inventory management and support to include tracking and control of Government (serially controlled parts, C-40A Unique parts, Auxiliary Power Units, landing gear and control services, provide consumables and expendables, etc.); 4) Depot Level Support (scheduled and unscheduled maintenance and modifications); 5) Component Repair and Overhaul of Government owned Inventory Such as engines, APU, Landing Gear, etc.; 6) Contractor Field Teams; 7) Repair and replenishment t of Government owned Inventory. 8) Supply support for 19 aircraft. Explain access to parts inventory and ability to provide AOG parts within 24 hours conus and 72 hours OCONUS. 9) Engine Condition Monitoring; 10) Peculiar Support Equipment (PSE) scheduled and unscheduled maintenance and calibration using best commercial practices at each of the identified squadron sites; 11) Common Support Equipment (CSE) scheduled and unscheduled maintenance and calibration using best commercial practices at two (2) squadrons (Texas and Hawaii); 12) Commercial Organizational-Level maintenance at two (2) squadron sites (Texas and Hawaii) Note: The Government will provide data that falls into the category of Instructions for Continued Airworthiness (ICA) data. The Government is not responsible for obtaining or providing any additional technical data to the Contractor. It is the sole responsibility of the Contractor to obtain all necessary data to meet the requirements of the PWS. The Government intends to include requirements that the Offeror present authoritative documentation demonstrating its ability to obtain all necessary data to meet the requirements of the PWS. PLACE OF PERFORMANCE NAS Jacksonville, FL (Three Navy C-40A Aircraft) NAS JRB, Fort Worth, TX (Three Navy C-40A Aircraft) NAS JRB, Fort Worth, TX (Two USMC C-40A Aircraft) (Commercial Organizational Maintenance) NAS North Island, CA (Three Navy C-40A Aircraft) NAS Oceana, VA (Three Navy C-40A Aircraft) NAS Whidbey Island, WA (Three Navy C-40A Aircraft) Marine Corps Base Hawaii, Kaneohe Bay (Two Navy C-40A Aircraft) (Commercial Organizational Maintenance) 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." ELIGIBILITY The appropriate Product Service Code (PSC) is J015. The North American Industry Classification System (NAICS) Code is 488190 with a Small Business Size of $32.5 Million. It is anticipated that the basis for award of the resultant contract will be best value to the Government, cost and non-cost factors considered. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CABILITIES STATEMENT) The Government's intent is to release a draft Request for Proposal (RFP) around January 2020. A final competitive RFP is planned for release around March 2020, with a goal to award a basic contract commencing on January 1, 2021. Interested parties are requested to submit a capabilities statement of no more than ten (10) one-sided, 8.5x11 inch pages in length with font no smaller than 10 point, demonstrating ability to perform the services listed in this Sources Sought. Capability statements shall also address the following questions: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can your company or has your company managed an effort of this nature? If so, please provide details. 3.) Can your company or has your company managed a team of subcontractors before? 4.) What specific technical skills does your company possess which ensure your company's capability to perform the effort? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in terms of the cost of performance. 6.) Provide a statement including current small/large business status under the relevant NAICS code (488190) and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they are a large business or qualify as a Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), HUBZone Small Business (HUBZone), Veteran-Owned Small Business (VOSB), or Service-Disabled Veteran Owned Small Business (SDVOSB) Concern. 8.) Any ITAR / export concerns 9.) Any concerns with a 90 day transition period Interested businesses' responses to this Sources Sought, including any capabilities statement, shall be electronically submitted in Microsoft Word or Portable Document Format (PDF) to the Contract Specialist at louise.joy@navy.mil no later than 1600 Eastern Daylight Time on 16 Aug 2019. Please reference this synopsis number on all attached documents. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, telephone number, fax number, and email address. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. Specific details will be provided in a solicitation which will be posted at https://www.fbo.gov/ on or about March 2020. Be advised that periodic visitation to the website is essential for obtaining updated documentation and the latest information regarding this procurement. All data received in response to this Sources Sought Synopsis that is marked or designated as corporate or proprietary will be fully protected from release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »