Search Contract Opportunities

Commander, Fleet Readiness Center Transportation Support Services   3

ID: N6852023R0035 • Type: Presolicitation
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
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 28, 2023, 12:04 p.m. EDT

Update 28 September 2023

QUESTIONS AND ANSWERS:

QUESTION #4: Would the Government accept subcontractor ISO certification as meeting the requirement at PWS 4.1.8 while the prime contractor goes through the certification process?

ANSWER #4: Due to the nature of the solicitation, the Government has determined that the prime contractor must be ISO certified for proposal submission. Subcontractors are not a party to the prime contract, and as such, do not possess privity, meaning they are not legally bound to the contract with the Government.

QUESTION #5: We want to team with the incumbent. Can you provide the incumbent's contract information?

ANSWER #5: See the Incumbent Information section of the pre-solicitation notice below for information regarding the incumbent.

Update 22 September 2023

QUESTIONS AND ANSWERS:

The Governmnet has received the questions below in regards to the upcoming TSS Solicitation and is providing answers.

QUESTION #1: PWS Paragraph 4.1.8 ISO/AS Certification: Would the Government remove this certification requirement? Or, allow a timeframe after the award to fully obtain this certification?

ANSWER #1: Due to the nature of the solicitation, the Government has determined that higher-level contract quality requirements are necessary. As such, the certification requirements will not be removed. The contractor must provide proof of certification as part of their proposal submission.

QUESTION #2: PWS Paragraph 4.1.8 ISO/AS Certification: Would the Government modify Paragraph 4.1.8 of the PWS to include certification from the independent registrar, QAS International, which is listed with the US Dept. of Commerce's North American Quality System Registration Organizations (NAQRSO) and approved by the National Institute of Standards and Testing (NIST).

ANSWER #2: The Government will update PWS Paragraph 4.1.8 ISO/AS Certification from an accredited Registrar approved by the International Accreditation Forum (IAF) or the ANSI-ASQ National Accreditation Board to an accredited Registrar approved by the International Accreditation Forum (IAF) or the ANSI-ASQ National Accreditation Board, or equivalent.

QUESTION #3: Is the Government happy with the incumbent? Our company is exploring the possibility of teaming opportunities.

ANSWER #3: The Government cannot comment on the incumbent's performance, however, the Government encourages the use of teaming.

Update 18 September 2023

SOLICITATION RELEASE DATE:

The Government is rescheduling the formal solicitation release date for the week of 25 September 2023 with a 45-60 day proposal receipt date from the date of formal solicitation release. There will be no draft solicitation released prior to the formal solicitation.

PERFORMANCE WORK STATEMENT:

Please see the attached, revised draft Performance Work Statement (PWS), "Attachment 1 - DRAFT Transportation Support Services PWS (Revised)", for the updated set of requirements.

SITE VISIT ATTENDEES:

Below is the list of attendees who attended the site visit on 09 August 2023 to inspect Fleet Readiness Center (FRC) East, Marine Corps Air Station (MCAS), Cherry Point, NC, where services are to be performed.

  • Tech Systems Inc (Cage Code - 0YKH7)
  • Gemini Tech Services, LLC (Cage Code - 4KDP9)
  • D2 Government Solutions (Cage Code - 6FN57)
  • LEO Tech, LLC (Cage Code - 7FN59)
  • R2 Government Services (Cage Code - 9AF68)
  • Spectrum Comm Inc (Cage Code - 1LKY1)

SET ASIDE STATUS:

Based on final results of market research, this acquisition will be competed as a Women-Owned Small Business (WOSB) set-aside. The Government encourages interested offerors to explore potential teaming opportunities.

Update 28 July 2023

SOLICITATION RELEASE DATE:

The Government is rescheduling the draft and formal solicitation release dates for August 2023 with a 45-60 day proposal receipt date from the date of formal solicitation release .

SITE VISIT:

Interested offerors (any business size and socio-economic category) are invited to inspect the site, located at the Fleet Readiness Center (FRC) East, Marine Corps Air Station (MCAS), Cherry Point, NC, where services are to be performed. The site visit is scheduled for Wednesday, 09 August 2023 at 0900.

Please see Attachment 2 Site Visit Information and Attachment 3 Visitor Contractor Access Guide 18_04 for more information.

While the Government intends to compete this acquisition as a WOSB set-aside, pending final results of market reasearch, all interested offerors are encouraged to attend the site visit to allow for potential teaming opportunities.

THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSIONS. THIS IS FOR INFORMATIONAL AWARENESS ONLY.

REQUIREMENT:

The Commander, Fleet Readiness Center (COMFRC), Patuxent River, Maryland, intends to issue solicitation number, N6852023R0035, to initiate a competitive source selection and award a contract in support of Transportation Support Services (TSS) for Fleet Readiness Center East (FRCE) located at Marine Corps Air Station (MCAS) Cherry Point, Havelock, NC.

The Period of Performance (PoP) is five (5) years (one base and four option periods). The Government intends to provide a transition-in phase of thirty (30) days after award, prior to full performance commencement.

The TSS under the planned contract will support physical movement of all work-in-process throughout the facility as it undergoes repair, as well as movement of all parts and materials supporting repair operations. The "internal logistics" support provided under this contract is critical to continued operation of FRCE, as mission workload repairs to aircraft, engines and components cannot be completed unless transportation of work-in-process, including the parts and materials necessary to effect repairs.

Please see the attached Performance Work Statement (PWS), Attachment 1, for the entire set of requirements.

SOLICITATION RELEASE DATE:

The Government is planning to release a solicitation by 28 July 2023. The Government is attempting to release a Draft solicitation, without Sections L & M, prior to releasing the formal solicitation.

SET-ASIDE STATUS:

This acquisition will be competed as a Women-Owned Small Business (WOSB) set-aside based on market research and responses to the sources sought notice posted to SAM.gov on 06 April 2023.

CONTRACT TYPE:

The anticipated contract is a Firm-Fixed Price (FFP) contract with a PoP of five (5) years. The service contract will be covered by the Service Contract Act, pursuant to FAR Part 22.

INCUMBENT INFORMATION:

This requirement is a follow-on procurement to Contract N0042119C0013, awarded on 13 March 2019 to Tech Systems, Inc. (TSI), CAGE: 0YKH7. The incumbent contract service employees are covered by a Collective Bargaining Agreement (CBA), which will be attached to the solicitation.

To request information on the incumbent contract, please follow the steps for the NAVAIR Freedom of Information Act (FOIA) process at http://www.navair.navy.mil/foia/request_instruc.html.

QUESTIONS:

Questions or comments regarding this notice can be directed to Robert Miedzinski by email at robert.m.miedzinski.civ@us.navy.mil.

DISCLAIMER:

THIS POSTING DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THIS PRE-SOLICITATION NOTICE IS ISSUED PURSUANT TO FAR 5.2 TO PROVIDE ADVANCED NOTICE OF THE SOLICITATION.

Posted: Sept. 22, 2023, 12:24 p.m. EDT
Posted: Sept. 18, 2023, 3:46 p.m. EDT
Posted: Sept. 18, 2023, 2:51 p.m. EDT
Posted: July 28, 2023, 2:30 p.m. EDT
Posted: June 16, 2023, 9:42 a.m. EDT
Background
The Commander, Fleet Readiness Center (COMFRC), Patuxent River, Maryland, intends to issue solicitation number N6852023R0035 for Transportation Support Services (TSS) at Fleet Readiness Center East (FRCE) located at Marine Corps Air Station (MCAS) Cherry Point, Havelock, NC.

The FRC East is an industrial facility that reworks, repairs, and overhauls aircraft, engines, and components for both U.S. and foreign military customers. Its mission is to generate combat air power for America’s Marines and Naval Forces. This contract aims to provide critical internal logistics support necessary for the continued operation of FRCE as it performs mission workload repairs.

Work Details
The contractor shall perform various transportation support services including:
- Administrative Services: Management of records and files related to transportation services; ensuring compliance with GSA applications; maintaining records ready for inspection.
- Flight Line Services: Moving aircraft in hangars and on the flight line; performing compass swings; loading/unloading aircraft with preservation oil; maintaining fuel service requests.
- Mule Train Services: Providing route-based transportation services within designated areas.
- Mule Services: On-demand transportation services as required.
- Forklift Services: Operating forklifts for material handling.
- Delivery/Tractor Trailer Services: Transporting materials and equipment between locations.
- Special Transportation Services: Providing shuttle services and tours as needed.
- Dispatch Services: Managing requests for transportation services through a dispatch application. The contractor must ensure all personnel are ISO 9001 or AS 9100 certified and maintain compliance with quality assurance standards throughout the contract duration.

Period of Performance
The period of performance is five years, consisting of one base year and four option years, with a transition-in phase of thirty days after award prior to full performance commencement.

Place of Performance
The contract will be performed primarily at Fleet Readiness Center East located at Marine Corps Air Station Cherry Point, Havelock, NC, with potential travel to outlying areas within a 200-mile radius including locations such as Camp Lejeune (Jacksonville, NC), Raleigh Durham Airport (Raleigh, NC), MCAS New River (Jacksonville, NC), GTP Kinston (NC), and Norfolk (VA).

Overview

Response Deadline
Sept. 18, 2023, 5:00 p.m. EDT (original: June 30, 2023, 5:00 p.m. EDT) Past Due
Posted
June 16, 2023, 9:42 a.m. EDT (updated: Sept. 28, 2023, 12:04 p.m. EDT)
Set Aside
Women-Owned Small Business (WOSB)
Place of Performance
Cherry Point, NC 28533 United States
Source
SAM

Current SBA Size Standard
$47 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
26%
Signs of Shaping
67% of obligations for similar contracts within the Department of the Navy were awarded full & open.
On 6/16/23 Fleet Readiness Center issued Presolicitation N6852023R0035 for Commander, Fleet Readiness Center Transportation Support Services due 9/18/23. The opportunity was issued with a Women-Owned Small Business (WOSB) set aside with NAICS 561210 (SBA Size Standard $47 Million) and PSC V129.
Primary Contact
Name
Robert Miedzinski   Profile
Phone
None

Documents

Posted documents for Presolicitation N6852023R0035

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation N6852023R0035

Contract Awards

Prime contracts awarded through Presolicitation N6852023R0035

Incumbent or Similar Awards

Contracts Similar to Presolicitation N6852023R0035

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N6852023R0035

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N6852023R0035

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > FLEET READINESS CENTER
FPDS Organization Code
1700-N68520
Source Organization Code
100007076
Last Updated
Oct. 3, 2023
Last Updated By
robert.m.miedzinski@navy.mil
Archive Date
Oct. 3, 2023