Virginia Bids > Bid Detail

Aviation Maintenance and Modification Support Services (Updated)

Agency:
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159549404171927
Posted Date: Nov 22, 2022
Due Date:
Source: https://sam.gov/opp/7f34637f2c...
Aviation Maintenance and Modification Support Services (Updated)
Active
Contract Opportunity
W56KGU-22-S-0001
Related Notice
Contract Line Item Number
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 22, 2022 12:28 pm EST
  • Original Published Date:
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Fort Belvoir , VA 22060
    USA
Description

Request for Information (RFI)



for



Aviation Maintenance and Modification Support Services



THIS IS A REQUEST FOR INFORMATION ONLY



Disclaimer: The Command, Control, Communications, Computers and Cyber Intelligence Surveillance and Reconnaissance Center (C5ISR) on behalf of the Department of the Army, is attempting to gather information from industry partners interested in and capable of providing support services to the Engineering Services and Integration (ESI) and the Night Vision and Electronic Sensors Directorate (NVESD), as well as other Government activities, working in conjunction with the Air Integration and Engineering Division (AI&E). The purpose of this Request for Information (RFI) is to identify interested sources for the requirements described herein. Funding is not available at this time and no award will be made as a result of any response provided. This is a market survey for planning purposes only. Submitting company information does not bind (C5ISR) or the Department of Army to any future solicitation or contract as a resulting of this RFI; nor are they responsible for costs incurred by any individual company in the generation of their RFI response. Note: The Government intends to restrict this requirement to 8(a) small businesses only. As such, it is only necessary that 8(a) Small Businesses reply to this RFI. All respondents to this RFI MUST BE U.S. CITIZENS.



Background:



ESI/AI&E are currently under contract for the support services detailed in this narrative. The current requirement is being satisfied with a Cost-Plus/Fixed-Fee (CPFF), Time and Materials (T&M) and Firm Fixed Price (FFP) Indefinite Quantity / Indefinite Delivery (IDIQ) contract awarded to a single small business using “Best Value / Tradeoff” procedures under FAR Part 15.101-1 [North American Industry Classification System (NAICS) Code: 488190; Small Business Size Standard: $30,000,000].



The Government intends to use this information to issue a mix of Cost-Plus/Fixed-Fee (CPFF), Time and Materials (T&M) and Firm Fixed Price (FFP) tasks under a contract awarded using “Best Value / Tradeoff” procedures in accordance with FAR Part 15.101-1. The planned contract will provide support services to the ESI/AI&E and the NVESD, and any successor organization that may evolve, for the time period estimated between 08 July 2024 to 08 July 2029. The total contract period will not exceed five (5) years. The majority of labor hour rates will be established in Collective Bargaining Agreement; approximately five labor categories with be proposed for administrative type work and Firm Fixed Price (FFP) or Cost-No-Fee will be used for purchased materials type contract award. Security requirements for the basic contract will be as follows: Secret, Top Secret (TS), Sensitive Compartmented Information (SCI) and Communication Security (COMSEC).



Requirement Synopsis:



Support services are required by AI&E, Joint Base McGuire-Dix-Lakehurst, Lakehurst, NJ; Aviation Platform & Integration Service (APIS) Division, Davison Army Airfield, Ft. Belvoir, VA and their elements at other locations. Services are also required by the Program Managers and customers developing payloads and avionics systems for their mission areas. Knowledge of all areas of aviation is required. These areas include but are not limited to: ground or aircraft operation, aircraft recovery, recovery procedures, parts cannibalization procedures, systems engineering support, test and evaluation, independent assessments, flight records, crewmember and non-crewmember support. Travel both Continental United States (CONUS) and Outside Continental United States (OCONUS) is required.



The support services included in this requirement include maintenance and modification of AI&E aircraft or aircraft serviced by AI&E IAW Army Regulation 95-20. Services include but are not be limited to: Production Control, Quality Control, Flight Line Duties, Ground Support, Life Support Equipment, Safety Equipment, Engineering and Technical Support, Systems Engineering and Subsystem Integration, Flight Test, Payload Integration, Aviation Unit Maintenance (AVUM) and Aviation Intermediate Maintenance (AVIM), Prototype Research & Development (R&D) Avionic Unit and Intermediate Level Maintenance Support, Aircraft and Avionics Equipment Modification, associated research and development activities as well as prototype fabrication support.



Target platforms that will be supported under this requirement include all aircraft, vehicles and support equipment assigned to the CFA and NVESD, as well as other customer aircraft at other locations. Fixed wing and rotary wing aircraft target platforms include the RC-12, UV-18, C-12, De Havilland Dash-8, C-130, UH-60A, L, and M, HH-60M, CH-47 and multiple Unmanned Aerial Systems (UAS) aircraft. The contractor shall provide support services to the facilities and shops to support aircraft, Unmanned Air Systems (UASs) (For Example: RQ-7 and MQ-1C), ground vehicles and other equipment provided by outside customers.



Note: These services are currently being provided through the Flight Activity Maintenance and Modification Support Services (FAMMSS) Contract W56KGKU19D0002 by Yulista Support Services Inc. of Huntsville Alabama. The current contract is under the 8(a) Small Business Development Program.



Requested Information: ESI/AI&E is interested in receiving information regarding industry’s expertise and experience supporting aviation programs and support services as detailed in this requirement. Response narratives should describe applicable experience with fixed wing and rotary wing aircraft, Electromagnetic Capability (EMC) and Electromagnetic Interference (EMI) testing and experience, prototype R&D efforts, aircraft modification support, technical supply services and engineering support to all aircraft to include Unmanned Aerial Vehicles (UAV)/Unmanned Aerial Systems (UAS). Include points of contact for Government sponsors, where applicable. Include experience in the maintenance and integration areas, experience in Quality Assurance and available staff to support these types of aviation, integration and maintenance efforts.



Submission Instructions: Interested parties should send their company/service capabilities information electronically via e-mail (usarmy.apg.devcom-c5isr.mbx.esi-bus-ops-acq-rfi@army.mil ) by 05 December 2022. Responses to this RFI should be no more than 20 pages [Adobe PDF or Microsoft Word format; 1-inch margins, single-sided, 12 point Ariel or Times New Roman font]. All questions/clarifications regarding this announcement must be submitted in writing using the same email address. Requests for in-person presentations and/or discussions will not be honored at this time. If you choose to submit proprietary information, mark it accordingly. Please ensure to only send Unclassified information. Classified information will not be required nor accepted.



The Performance Work Statement (PWS) shall be made available upon request. To request a copy of the PWS, email both the Contract Specialist, maurice.p.hinkson.civ@army.mil and the Contracting Officer, nicolas.a.martin2.civ@army.mil. A DOD Safe site request, along with the PWS will be sent to interested parties.


Contact Information
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >