Inactive
Notice ID:W58RGZ-16-C-0001_P00200
Synopsis: The Army Contracting Command - Redstone Arsenal is seeking information concerning the interest and availability of capable contractors to provide quality U.S. Army Aviation Field and Sustain...
Synopsis: The Army Contracting Command - Redstone Arsenal is seeking information concerning the interest and availability of capable contractors to provide quality U.S. Army Aviation Field and Sustainment Level Maintenance. This effort will also encompass installation of Modification Work Orders (MWOs), Logistic Support, and other maintenance support within Regional Aviation Sustainment Maintenance - Central (RASM-C) area of operation as defined below. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitation are not available at this time. Request for a solicitation will not receive a response. This notice does not constitute a commitment by the U.S. Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the U.S. Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the USG. Not responding to this RFI does not preclude participation in any future RFP, if any are issued. If a solicitation is released, it will be synopsized on the FedBizOpps website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Anticipated Period of Performance. The period of performance is anticipated to cover a six month period beginning 30 December 2019. Background: The RASM-C sole source contract effort will provide Field and Sustainment Maintenance support in accordance with (IAW) the aircraft maintenance manuals, installation of Modification Work Orders (MWO's) as well as limited depot level repairs authorized on a case-by-case basis by the U.S. Army Aviation and Missile Research Development Engineering Center (AMRDEC) office. The Field and Sustainment Maintenance support is provided to the various aviation maintenance missions of Aviation Reset, 101st Combat Aviation Brigade (CAB), 160th Special Operations Aviation Regiment (SOAR), Army National Maintenance Program, Army Aircraft Depot Maintenance, Army Aircraft Condition Evaluation Program, U.S. Army Reserve Components (both Army National Guard and U.S. Army Reserve units) within the RASM-C region, and the application of Army aircraft MWOs throughout the RASM-C area of operations. The largest volume of work under the RASM-C effort will be in support of the Army Aviation Reset Program. Army aircraft platforms supported include the Black Hawk (UH-60L/M and HH-60L/M), Apache (AH-64D/E), Chinook (CH-47F) and Lakota (UH-72). The primary maintenance support facility for RASM-C is located at Ft Campbell, KY. The RASM-C Area of Responsibility includes the following geographic area: Alabama, Indiana, Illinois, Kentucky, Michigan, Mississippi, Tennessee, Ohio, Wisconsin, and Louisiana. It is anticipated the contractor will be required to have and maintain higher Quality Management Systems to include AS9110 (REV A) and provide copies of their AS9110 Revision A (or higher) Certifications. The contractor will be required to perform the effort IAW current, applicable Army regulations and operating procedures including the AR 95-20 in effect at time of award. RFI Purpose: The RFI is to conduct Market Research and to gain knowledge of interest, capabilities and qualifications of potential sources interested in providing the services for aviation maintenance in support of Army Aviation. Industry feedback is vitally important and the Government will be receptive to any and all ideas received from industry. Proprietary information is not being solicited. RFI Responses: Include in your response a statement of capabilities as it relates to this effort. Include information on any certifications currently held by the company, especially as it relates to Quality Management Systems-Requirements. Responses to the RFI should be limited to no more than 10 single sided pages. All information included in the responses should be specific to this RFI.