Inactive
Notice ID:15M300-20-Q-A370-0143
REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE The United States Marshals Service, Justice Prisoner and Alien Transportation System (JPATS) has a requirement for the accomplishment of a Service Check...
REQUEST FOR INFORMATION / SOURCES SOUGHT NOTICE The United States Marshals Service, Justice Prisoner and Alien Transportation System (JPATS) has a requirement for the accomplishment of a Service Check, 1A Check, 2A Check, 1C Check, and 3C Check on a JPATS owned Boeing 737-400 aircraft. These checks are detailed within a government owned MSG-3 Low Utilization Maintenance Program as derived from the Original Equipment Manufacturer (OEM) Maintenance Planning Document (MPD) and administered through CAMP Systems. General requirements are as identified as follows: Boeing 737-4Q8 series aircraft MSN 26279; Line Number 2221; Variable Number PW261; Registration Number N279AD; ACTT 60, 724.7; ACTC 30,881. The required induction date for this aircraft will be NLT March 23, 2020. Respondents must be a Title 14 CFR Part 145 Certificated Repair Station located within the contiguous United States and possess appropriate ratings for said type and category aircraft. Submitting information does not bind the Government for any future contracts resulting from this RFI/SSN. The findings from this Market Research effort may impact future solicitations related to this requirement. This RFI/SSN is not a solicitation or Request for Proposal as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time. Any responses to this RFI/SSN will not be accepted to form a binding contract. This is a market survey for planning purposes and no award will be made as a result of this. If a solicitation is issued, the Government does not guarantee that it will be issued to RFI/SSN respondents. The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation. Responses shall not include proprietary information. The Government is interested in feedback from the commercial market on the requirements listed in this RFI/SSN that may be available. Vendors are asked to respond with documentation outlining their capabilities and provide feedback on the capabilities listed within this RFI/SSN. Vendors must provide proof they are a Title 14 CFR Part 145 Certificated Repair Station located within the contiguous United States and possess appropriate ratings for said type and category aircraft. In addition to submitting your information / capabilities and/or feedback, please respond to the following questions: 1. Is your firm registered in the System for Award Management (SAM)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2. Based on the NAICS code 488190 – Other Support Activities for Air Transportation, with an associated Small Business Administration (SBA) size standard of $32.5 million, what is your business size, small or large? 3. Within the past 5 years, have you provided similar services with commercial entities, federal, state or local governments? If so, please describe and include a) the contract number, dollar value, period of performance and current status of the contract, b) the types of aircraft supported; and c) the extent of the maintenance services provided. An acquisition strategy is being developed and a contract may or may not result. Market research is being conducted to determine the interest and capability of potential sources for this requirement. Funding is not available for any information submitted. All information submitted in response to this announcement is voluntary, the government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the government. If information or capabilities packages are not received from at least two capable small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capabilities packages and information submitted; this requirement may be solicited under an unrestricted basis. Capabilities packages, information and/or any feedback shall be submitted (via e-mail) to the POC listed below not later than 12:00 pm (noon) ET, November 29, 2019. Any questions concerning this announcement shall be in writing (e-mail) to the POC listed below. No telephone calls will be accepted. POC: Arlene Dee Carlson, Contracting Officer, USMS/JPATS, e-mail address: arlene.carlson@usdoj.gov