Search Contract Opportunities

Aircraft Full Maintenance and Logistics Support Services   3

ID: 15M30023QA3700014 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE (SSN)

The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS) is seeking information from responsible sources and commercial agencies concerning Aircraft Full Maintenance and Logistics Support Services to a fleet of two (2) Boeing 737-400 series aircraft and one (1) Boeing 737-800 series aircraft in Oklahoma City, OK. and one (1) Boeing 737-700 series aircraft in Kansas City, MO.

This is a Sources Sought Notice (SSN) for Aircraft Maintenance and Logistics Support Services. The Maintenance Provider will provide all labor, supplies, supervision, management, tools, materials, equipment and transportation necessary.

The Maintenance Provider will be responsible for all heavy maintenance, line maintenance and line servicing, maintenance inspection and repairs, and all the associated logistics support requirements. These services must be performed by a Title 14 CFR Part 145 Certificated Repair Station (CRS). All maintenance, inspection and repairs will be to a Title 14 CFR Part 91 standard.

The period of performance will be: October 1, 2023 September 30, 2024, and four (4) Option Years.

All interested firms shall submit their capabilities packages addressing their ability and experience to meet these requirements (to include their 145 Certificated Repair Station (CRS) Certificate, and any other information deemed necessary to convince the Government of your ability to perform these services. It is requested that you submit your interest in providing these services at Oklahoma City, OK., Kansas City, MO, or both locations. In addition, please include an estimated monthly rate (all inclusive) for these services at the interested location(s). Submitting information does not bind the Government for any future contracts resulting from this SSN. The findings from this Market Research effort may impact future solicitations related to this requirement. This 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 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 SSN respondents. The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation. Responses shall not include proprietary information.

All interested vendors shall submit their capabilities packages addressing their interest and capability to perform the services stated above. In addition to this, please complete the attached Market Research Questionnaire.

A solicitation 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. 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 unrestricted full and open procedures.

Information/Capabilities packages shall be submitted (via e-mail) to the POC listed below not later than 11:00 am, Central Standard Time, November 29, 2022. Any questions concerning this announcement shall be in writing (e-mail) to the POC listed below. No telephone calls will be accepted. Agency is not obligated to respond to or resolve all potential questions received from respondents. USMS personnel may contact respondents to clarify a specific point of an interested parties' capabilities or other related matters as part of this market research effort.

POC: The Point of Contact for this SSN is Victor J. Stamps, Contracting Officer, * Victor.J.Stamps@usdoj.gov.

Background
The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS) is seeking information from responsible sources and commercial agencies concerning 'Aircraft Full Maintenance and Logistics Support Services' to a fleet of aircraft in Oklahoma City, OK, and Kansas City, MO. The Maintenance Provider will be responsible for all heavy maintenance, line maintenance and line servicing, maintenance inspection and repairs, and all the associated logistics support requirements. These services must be performed by a Title 14 CFR Part 145 Certificated Repair Station (CRS).

Work Details
The work includes providing all labor, supplies, supervision, management, tools, materials, equipment and transportation necessary for Aircraft Full Maintenance and Logistics Support Services. The Contract Maintenance Provider must submit all maintenance personnel training records prior to commencing any services required by this Performance Work Statement (PWS). The Contract Maintenance Provider is responsible for providing both common and special tools, test sets, and currently calibrated Precision Measurement Equipment (PME).

The Contract Maintenance Provider is also required to provide various reports such as Invoices, Aircraft Status Report, Accruals, Aircraft Parts Inventory Report, Calibrated Tool Report, Overtime Report, Maintenance Travel Report, Personnel Status Report, Scheduled Maintenance Report, Flight Mechanic Staffing report, Shelf-Life Items Report.

Period of Performance
The period of performance will be from October 1, 2023 to September 30, 2024 with four Option Years.

Place of Performance
The contract will be performed in Oklahoma City, OK and Kansas City, MO.

Overview

Response Deadline
Nov. 29, 2022, 12:00 p.m. EST Past Due
Posted
Nov. 15, 2022, 1:07 p.m. EST (updated: Nov. 16, 2022, 1:09 p.m. EST)
Set Aside
None
Place of Performance
Oklahoma City, Oklahoma 73159 United Arab Emirates
Source
SAM

Current SBA Size Standard
1500 Employees
Pricing
Likely Fixed Price
Odds of Award
55%
On 11/15/22 USMS Justice Prisoner and Alien Transportation System issued Sources Sought 15M30023QA3700014 for Aircraft Full Maintenance and Logistics Support Services due 11/29/22. The opportunity was issued full & open with NAICS 336411 and PSC J016.
Primary Contact
Name
Victor J. Stamps   Profile
Phone
(816) 467-1996
Fax
(816) 467-1982

Documents

Posted documents for Sources Sought 15M30023QA3700014

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought 15M30023QA3700014

Award Notifications

Agency published notification of awards for Sources Sought 15M30023QA3700014

Contract Awards

Prime contracts awarded through Sources Sought 15M30023QA3700014

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 15M30023QA3700014

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 15M30023QA3700014

Additional Details

Source Agency Hierarchy
JUSTICE, DEPARTMENT OF > US MARSHALS SERVICE > US MARSHALS SERVICE
FPDS Organization Code
1544-15M300
Source Organization Code
100188611
Last Updated
Dec. 14, 2022
Last Updated By
victor.j.stamps@usdoj.gov
Archive Date
Dec. 15, 2022