Search Contract Opportunities

CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES)   4

ID: 80JSC021CHARLES • Type: Sources Sought

Description

Posted: April 12, 2022, 3:06 p.m. EDT

This is Modification 10 to the CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) 80JSC021CHARLES. The purpose of this modification is to insert the following language: "The Government reserves the right to issue the Final Request for Proposal (RFP) for the CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) solicitation prior to the anticipated date displayed in the Acquisition Milestone Schedule on the CHARLES website."

This DRFP is not a solicitation and NASA is not requesting proposals. This DRFP does not commit NASA JSC to pay any proposal preparation costs, nor does it obligate NASA JSC to procure or contract for this requirement. This request is not an authorization to proceed, and does not authorize payment for any charges incurred by the offeror for performing any of the work called for in this solicitation.

Any comments regarding the DRFP should be submitted electronically in writing, to JSC-CHARLES@mail.nasa.gov, no later than 1:30 PM Central Daylight Savings time on April 4, 2022. Emails regarding the DRFP shall include CHARLES DRFP in the subject line. The Government reserves the right to not consider any questions submitted after the specified date above. Oral communications are not acceptable in response to this notice.

In addition, the following DRFP related documents are attached:

  • Technical Library
  • CHARLES Questions DRFP Form Word Template
  • AOD09295v1_T38_CUI
  • AOD09295v2_WB57_CUI
  • AOD09295v3_GIII_CUI
  • AOD09295v4_SGT_CUI
  • AOD09295v5_GV_CUI
  • AOD09295v7_UAV_CUI
  • AOD33820_EngineeringProjects_CUI
  • AOD33840_FlightReadinessReview_CUI
  • AOD33842_EngineeringWorkOrder_CUI
  • AOD33872_Operational_Readiness_Review_CUI
  • AOD33925_Opeartions_Duty_Officer_Instructions_CUI
  • AOD34100_MaintenanceManual_CUI
  • AOD34101_QualityAssuranceProgram_CUI
  • AOD34102_NAMISMaintenanceProcessStandards_CUI
  • JPR1280.2
  • JPR1281.9B
  • JPR1281.14
  • JPR1281.15
  • JPR1600.3
  • JPR1700.1
  • JPR1710.13
  • JPR8000.4
  • JPR8550.1
  • JWI1040.27
  • JWI2190.1
  • JWI4200.1
  • JWI4300.1
  • JWI6050.1
  • FOD 5 year goals
  • FOD VIDEO LINK
  • Foundations of Flight Operations
  • JSCExpectedBehaviorsPoster
  • JSC-Superflex
  • J-3-1 Attachment JSC Support Equipment Assets
  • J-3-2 Attachment JSC Calibration Items
  • J-3-3 Attachment JSC Life Support Asset Listing
  • J-3-4 Attachment NAMIS Item Master Report
  • J-3-5 Attachment JSC NASA IAM Listing
  • J-3-6 LaRC Property List
  • J-3-7 Attachment WFF Property List
  • Section L Attachments
  • Attachment L-1 CHARLES Resource Planning Document
  • Attachment L-1-1 TA2 Resources
  • Attachment L-2-1 Prime and Subcontractor Past Performance Matrix Remains as Excel Workbook so that industry can interface with document.
  • Attachment L-2-2 Joint Venture Past Performance Matrix - Remains as Excel Workbook so that industry can interface with document.
  • Attachment L-2-3 Past Performance Narrative
  • Attachment L-3 Past Performance Questionaire
  • Attachment L-4 CHARLES EPM Version E - Remains as Excel Workbook so that industry can interface with document.
  • Attachment L-5 Past Performance Consent Letter
  • Attachment L-6 SF1408-14e Pre-award Survey of Prospective Contractor Accounting System

Any and all additional documents will be available on www.sam.gov. Interested parties are responsible for monitoring this site for any modifications/updates. Interested parties are responsible for downloading their own copy of documents and/or modifications (if any).
Additionally, please refer to the CHARLES website at: https://procurement.jsc.nasa.gov/charles/
for updates and additional information regarding this procurement.

Please note that the Government reserves the right to issue the Final Request for Proposal (RFP) for the CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) solicitation prior to the anticipated date displayed in the Acquisition Milestone Schedule on the CHARLES website.

If you have any questions concerning this opportunity, please contact: JSC-CHARLES@mail.nasa.gov.

Posted: March 24, 2022, 1:55 p.m. EDT
Posted: March 3, 2022, 12:40 p.m. EST
Posted: Feb. 23, 2022, 11:42 a.m. EST
Posted: Dec. 8, 2021, 3:57 p.m. EST
Posted: Oct. 21, 2021, 2:15 p.m. EDT
Posted: Sept. 21, 2021, 3:22 p.m. EDT
Posted: Aug. 31, 2021, 4:14 p.m. EDT
Posted: Aug. 18, 2021, 9:48 a.m. EDT
Posted: May 27, 2021, 3:15 p.m. EDT
Posted: May 11, 2021, 11:09 a.m. EDT

CHARLES SOURCES SOUGHT SYNOPSIS/REQUEST FOR INFORMATION
Background:
The National Aeronautics and Space Administration (NASA) Lyndon B. Johnson
Space Center (JSC) Flight Operations Directorate (FOD) is hereby soliciting information from potential sources for the CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) solicitation. JSC is issuing this Sources Sought Synopsis/Request For Information (RFI) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for planning, training, and flying aviation and human space flight missions. NASA JSC is planning to procure CHARLES support for NASA JSC; Langley Research Center (LaRC); Goddard Space Flight Center, Wallops Flight Facility (WFF),other remote sites, domestic and foreign, including other NASA Centers and Government agencies where services are required. This will be a follow on to JSC's current Aircraft maintenance, Logistics, Integration, Configuration management and Engineering (ALICE) contract. This Sources Sought Synopsis/RFI is to assess capabilities and gather information to assist in procurement strategy for the potential CHARLES procurement. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is, Other Support Activities for Air Transportation, with a size standard of $35M.
Small Business Sources Sought Request:
NASA JSC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for the CHARLES solicitation. The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service-Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received.
CHARLES Description:
CHARLES will include support for aircraft at JSC based at Ellington Field in Houston and at El Paso, Texas; Langley Research Center (LaRC), Hampton, Virginia; Goddard Space Flight Center, Wallops Flight Facility (WFF), Wallops, Virginia; and other remote sites, domestic and foreign, where services are required. The proposed services will include flight operations, maintenance, repairs, alterations and engineering services for a variety of airframes, engines, appliances and support equipment at the various locations. There will also be unique services, which include three-tiered aircraft maintenance (operational, intermediate, and depot) on the NASA T38 fleet, the WB57F fleet, Gulfstream Aircraft, and the Airbus Industries Super Guppy Transport. Additionally, the WB57 and the Super Guppy require complete supply chain maintenance. LaRC's aircraft include the Beechcraft King Air B200, Beechcraft UC-12B Huron, Cessna 206, Cirrus SR-22, HU-25 Falcon Jet, Lanier Columbia LC-40, and Gulfstream III C-20B. The WFF's aircraft include the P-3 Orion, C-130 Hercules, Beechcraft King Air B200, and C-23 Sherpa.
CHARLES requirements may include, but are not limited, to services such as:
1. Maintenance/production control
2. Aircraft logs and records (configuration management)
3. Quality control and inspection
4. Logistics
5. Aircraft engineering
6. Support shops (electric, hydraulic, sheet metal, ground support equipment)
7. Workforce management (training and safety)
8. Flightline services (aircraft servicing, launch/recovery, maintenance)
9. Flight crews including test directors, pilots, flight engineers, load masters, etc.
10. Contract management
11. Capability to provide construction services either directly or through subcontracting
12. Engines (GE J85 engine overhaul)
13. Airframes (T38, WB57, and Super Guppy)
14. Egress systems
15. Avionics
16. Aviation life support systems (parachutes, high altitude pressure suits, etc.)
17. Nondestructive inspection/examination (NDI/NDE)

The pertinent contract information for the current contract is as follows:
Current Contractor: Yulista Tactical Services, Inc.
Contract Number: 80JSC018D0002,
Estimated Contract Value: Approximately $250M
Contract Expiration Date: February 28, 2023
Capability Statement:
Interested firms having the required capabilities necessary to meet the above requirement described herein should submit a capability statement of no more than exceed fifteen pages, using no less than 12 point Times New Roman font indicating the ability to perform all aspects of the effort.
1) Organization name, address, email address, Web site address, telephone number, DUNS number, and size and type (large, small, women-owned...) of ownership for the organization, and the number of years in business.
2) Your company's ability to perform each of the services listed above.
3) If subcontracting or joint venture is anticipated in order to deliver technical capability, organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time). Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors.
Responses shall include the following:
Name and address of firm
Ownership
Whether the firm is an other than small business, SB, SDB, HUBZone, EDWOSB, VOSB, and SDVOSB, HBCU/MI and/or 8a.
Affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime)
If this contract is not set aside how can NASA design/structure the contract to ensure that small business goals are met or exceeded?
All interested companies having the capabilities to perform any of the activities described in this RFI should submit a capability statement that demonstrates your capabilities. All small business must demonstrate their capability to perform at a minimum 51% of the activities with their own work force and also discuss how they would support the other efforts. Please identify any known subcontractors and what would be the proposed work they would perform.
A list of customers covering the past five years, highlight:
Relevant work performed
Contract numbers prime or subcontractor
Contract type
Dollar value of each procurement
Point of contact address and phone number.
If work was performed as a subcontractor, please indicate percentage of work/subcontract dollar value.
NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
Please note: due to the nature of this work, this procurement is considered to be noncommercial. The work will be in support of specialized military aircrafts operated by NASA that are maintained in accordance with Department of Defense controlled documentation and logistics, which is considered noncommercial. A commercial item is defined in FAR 2.101.
Submission Instructions:
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on beta.SAM.gov and on the CHARLES website. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.
This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement.
Interested parties who consider themselves qualified to perform one or more elements of the Statement of Work are invited to submit a response to this Sources Sought Notice/RFI by 5:00 p.m. CST on the date June 1, 2021. All responses under this Sources Sought Notice/RFI must be emailed to alice.j.pursell@nasa.gov and darrell.r.compton@nasa.gov. Please reference 80JSC021CHARLES in any response.
An Interested Vendors List is enabled within this posting. This list is available to other vendors to allow potential offerors the opportunity to network Parties that would like their information posted to the Interested Vendors List shall use the Add Me to Interested Vendors button. If a vendor would like to be removed from the Interested Vendors List, use the Remove Me from Interested Vendors button.
It is the potential offeror's responsibility to monitor this site for the release of any solicitation or synopsis.
Additionally, please refer to the CHARLES website at: https://procurement.jsc.nasa.gov/charles/
for updates and additional information regarding this procurement:
If you have any questions concerning this opportunity, please contact: alice.j.pursell@nasa.gov or darrell.r.compton@nasa.gov.

Overview

Response Deadline
April 4, 2022, 2:30 p.m. EDT (original: June 1, 2021, 6:00 p.m. EDT) Past Due
Posted
May 11, 2021, 11:09 a.m. EDT (updated: April 12, 2022, 3:06 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Houston, TX 77058 United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Cost Plus
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
18%
On 5/11/21 Johnson Space Center issued Sources Sought 80JSC021CHARLES for CompreHensive Aircraft Readiness, Lifecycle, Engineering, and Support (CHARLES) due 4/4/22. The opportunity was issued with a Small Business (SBA) set aside with NAICS 488190 (SBA Size Standard $40 Million) and PSC J016.
Primary Contact
Name
Darrell R. Compton   Profile
Phone
(281) 792-6162

Secondary Contact

Name
Alice Pursell   Profile
Phone
(281) 483-9027

Documents

Posted documents for Sources Sought 80JSC021CHARLES

Opportunity Lifecycle

Procurement notices related to Sources Sought 80JSC021CHARLES

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought 80JSC021CHARLES

Similar Active Opportunities

Open contract opportunities similar to Sources Sought 80JSC021CHARLES

Additional Details

Source Agency Hierarchy
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NATIONAL AERONAUTICS AND SPACE ADMINISTRATION > NASA JOHNSON SPACE CENTER
FPDS Organization Code
8000-JSC00
Source Organization Code
100167400
Last Updated
May 11, 2023
Last Updated By
maureen.a.oconnell@nasa.gov
Archive Date
May 11, 2023