Posted: Dec. 13, 2018, 5:26 p.m. EST
FA3002-19-R-A0001
AirCraft Maintenance Enterprise Solution (ACES) This is a Request for Information (RFI)
OVERVIEW: The Air Force Installation Contracting Agency (AFICA) 338th Specialized Contracting Squadron (SCONS) is seeking information from industry service providers capable of providing Aircraft Maintenance and Support Services as a prime contractor for an enterprise-wide Air Force (AF) aircraft maintenance services contract. Current customers include, but are not limited to the following: Air Education and Training Command (AETC) at Columbus Air Force Base (AFB) in Columbus, Mississippi; Vance AFB in Enid, OK; Sheppard AFB in Wichita Falls, TX; and the Air Mobility Command (AMC) Executive Airlift Mission at Joint Base Andrews, in Prince George's County, MD. This Enterprise contract will accept additional aircraft maintenance customers from any Major Command (MAJCOM) at any AF location within the Contiguous United States (CONUS), Alaska, and Hawaii throughout the period of performance (PoP); therefore, additional aircraft maintenance scope may be available in the future. This RFI is issued for informational and planning purposes only.
The Government is considering a strategic sourcing/enterprise contract vehicle to support aircraft maintenance and flight line-related services for the AF. Specifically, the Government is pursuing an award of a Multiple Award Contract (MAC) with Indefinite Delivery Indefinite Quantity task orders. The PoP will have a 10 year ordering period and up to an additional 5 years for performance after the last order is placed for a total possible period performance of 15 years. The anticipated periods of performance on individual task orders would range from three to five years, with task order performance occurring at one or more bases/units. The Government currently anticipates that its first task order on the MAC would be issued for performance at Vance AFB. Additional task orders would be placed for other bases/units as required.
DISCLAIMER: This is not a Request for Proposal. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this RFI. Any information provided by businesses to the Government is strictly voluntary. The AF will NOT be responsible for any costs incurred by interested parties in responding to this RFI. Contact with anyone other than AFICA 338th SCONS Government personnel by potential offerors or their employees regarding this project is prohibited.
PURPOSE: This is an announcement seeking market information from vendors capable of providing the services described herein. The description is a summary of the required services and is not intended to be all-inclusive. AFICA 338th SCONS is currently conducting market research to locate qualified and interested potential businesses/sources with requisite experience in Aircraft Maintenance and support services that express interest in performing these requirements. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency.
SMALL BUSINESS: For purposes of this RFI, the North American Industry Classification System (NAICS) code, and the small business size standard are as follows: The NAICS code for the requirement is 488190 - Other Support Activities for Air Transportation, and the main applicable small business size standard is $32.5 million in annual gross receipts.
DESCRIPTION OF SERVICES:
A. Applicable to All Services: Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD/AF series directives as well as MAJCOM/Wing/Base instructions and guidance. Provide personnel, training, vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided.
B. Applicable to Aircraft Maintenance Services: Provide maintenance and ground support for aircraft platforms at the location specified in each task order. The total estimated annual flying hours may range from 7,000 flying hours up to 84,000 flying hours, dependent upon the mission at the base location. The services include the following:
1. Maintain all aircraft to operational status within the requirements of the performance thresholds (standards), as set forth in the (PWS).
2. Organizational level [on-equipment maintenance (directly on the aircraft or support equipment at flight line level)] services to include the following (not all inclusive): Aircraft ground handling support and aircrew assistance [assisting aircrews with each flight check (aircrew walk around)], launch (applying electrical power, high volume pneumatic air for engine start, monitoring engine start(s), performing flight control visual operational checks with the aircrews at the controls, visual leak checks and system levels and serviceable limit checks, and marshaling the aircraft out of the parking spots), stowing and repositioning ground equipment, recovery [marshaling the aircraft into the parking spots, perform pre-engine shutdown requirement(s), assisting the aircrew with exiting the aircraft, and assisting the aircrews with after flight inspection and aircraft records documentation (aircraft series 781 forms documentation and data input into Government Management Information System (GMIS)], aircraft servicing, safety of flight (pre, thru, and post flight) inspections, corrosion prevention and cleaning; scheduled/unscheduled maintenance and repair; management support of all assigned aircraft, and Organizational Level maintenance on specified engines and associated Aerospace Ground Equipment (AGE).
3. Intermediate level [off-equipment maintenance (back shop) on removed component parts equipment] services to include the following (not all inclusive): accessories (electrical and environmental (E&E), egress, fuel, hydraulic systems, and wheel and tire), avionics, fabrication [structural maintenance (Sheet metal and Machinist), metals technology (welding), and Non-Destructive Inspection (NDI)], engine propulsion, AGE, monitoring and sending equipment to the Precision Measurement Equipment Laboratory (PMEL).
4. Maintenance operations: Maintenance Operations Center (MOC), Plans, Scheduling, Maintenance and Documentation (PS&D), maintenance data system analysis, and engine management.
5. Other services include Quality assurance/control, base historical/static display aircraft (corrosion prevention, cleaning and painting, aircraft maintenance and repair, and record management), aircraft crash recovery, off-station recovery support (area of responsibility is dependent on location in each task order), performing all computer input requirements for maintenance and supply actions and munitions management and storage.
SUBMISSION OF RESPONSES:
The Government requests that vendors respond to this RFI with sufficient detail regarding their capabilities and capacity to satisfy the requirement listed for Aircraft Maintenance services. The section titled Description of Services' will apply to this requirement.
Information sought by the Government includes:
1) Company Information
a. Company name on a company letterhead
b. Address
c. Your company's representative (name and role)
d. Your company's representative's contact information (e-mail & phone number)
e. Is your company a small or large business?
f. Is your company a subsidiary of a larger/parent business? If so, please provide the name.
g. If your company is a small business, what is your company's socioeconomic status (small business, 8(a), HUBZone, veteran-owned, women-owned, small disadvantaged, etc.);?
h. Primarily doing business in the Private/Commercial or Government Sector?
i. Commercial and Government Entity (CAGE) Code
j. Data Universal Numbering System (DUNS) Number
2) Company's role in the performance of the requirement
a. Prime Contractor
b. Subcontractor
c. Other (please describe)
3) Has your company been awarded a Government contract within the past three (3) years? If yes, how many contracts?
4) Is your company able to provide Aircraft Maintenance Services to each of the 12 Air Force Major Commands across the Contiguous United States (CONUS)? If not, which bases of the 12 MAJCOMs are you able to provide services?
5) Has your company been awarded an Indefinite Delivery Indefinite Quantity Contract within the past three (3) years? If yes, how many contracts?
6) How many service contracts is your company currently supporting?
7) Of the service contracts that your company is currently supporting, what percent of your total service capacity do they represent?
8) What percentage of your company's annual revenue can be attributed to aircraft maintenance services?
9) What percentage of aircraft maintenance services revenue can be attributed to the following segments?
a. Department of Defense (DoD) contracts?
b. United States Air Force (USAF) contracts?
10) What has been your company's single largest prime services contract awarded for aircraft maintenance services within the past three (3) years? Please provide customer/contract number/contract value/role.
11) Does your company have any existing teaming agreements for aircraft maintenance services? If so, please list all teaming agreements and each partner.
12) Does your company have any expectation of entering into any teaming agreements for future service contracts within the next three (3) years? If yes, list the service(s).
13) Please list the USAF locations for which your company has performed aircraft maintenance services.
14) Approximate annual gross revenue
15) Brief information on capabilities to finance, mobilize, and manage large service contracts
16) NAICS code(s) the company usually performs under
17) List functions that may be subcontract opportunities for small business.
18) Based on experience with similar contracts, please provide recommendations on realistic small business subcontracting percentage goals for this requirement.
19) Please provide your recommended proposal period (number of days from RFP release date until proposal due date).
20) What suggested revisions do you have for the PWS?
21) Would you recommend a small business set-aside for Aircrew Flight Equipment (AFE) and/or Airfield Management (AFM) on the MAC IDIQ or do you think it would be best to completely remove AFE and AFM from the scope of this requirement? Please explain why you would recommend a set-aside or not.
22) What approach and pricing methodology would you suggest is most beneficial to the contractor and the government (fixed price, fixed price incentive firm, cost-reimbursable, or some combination of fixed price and cost reimbursable)?
23) Identify any particular requirements that will increase costs and/or risks to performance in meeting our mission.
INDUSTRY DAY:
The 338th SCONS and AETC/A5T will host an Industry Day on the 15th of January 2019 at 0930 CST with one-on-one sessions continuing through the 16th of January, 2019. Industry Day will be located at the Kendrick Club, Joint Base San Antonio (JBSA) Randolph, TX. If you plan to attend the Industry Day event, you must complete Section V of the Unescorted Access Request form (see RFI attachment). Once complete, send the form via email to the Contract Specialist, DeAndre Gross at deandre.gross.1@us.af.mil and Contracting Officer, Lisa M. Hartman at lisa.hartman@us.af.mil, no later than 1200 CST on Friday, 28 Dec 2018. If your information is not received by this date and time, you will not be cleared to attend the event on 15 Jan 2019.
CONTRACTING OFFICE ADDRESS:
Department of the Air Force, Air Force Installation Contracting Agency, Specialized Contracting Squadron, 2021 First Street West, JBSA Randolph, TX, 78150
PLACE OF PERFORMANCE:
CONTIGUOUS UNITED STATES, ALASKA, & HAWAII
POINTS OF CONTACT (POCs):
Send responses to this RFI in writing via email to each of the POCs below no later than close of business, Friday, 4 January 2019:
Ms. Lisa Hartman at phone: 210-652-8268, email: Lisa.Hartman@us.af.mil
Mr. DeAndre Gross at phone: 210-652-8320, email: Deandre.gross.1@us.af.mil
Attachments:
1. Performance Work Statement, 10 Dec 2018
2. Instructions for Visitors Center Access and Gate Closure Access
3. Unescorted Access Request
4. JBSA Randolph Map