Search Contract Opportunities

Fort Rucker Aviation Maintenance II Sources Sought

ID: PANRSA-25-P-0000-014311 • Type: Sources Sought • Match:  95%
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?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

DISCLAIMER: THIS IS A SOURCES SOUGHT (SS) NOTICE ONLY This SS notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not currently available. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.

All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on https://sam.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.

1.0 SS Overview: The United States (US) Army Contracting Command (ACC) - Redstone Arsenal is conducting market research to determine interest and availability of potential sources in the open market that possess the expertise, capabilities, and experience to meet the requirements necessary to support the Fort Rucker Aviation Maintenance (FRAM II) requirement.

2.0 Description: The mission of the FRAM II requirement is to provide quality aircraft maintenance and logistics support services in support of flight training requirements for the US Army Aviation Center of Excellence (AVCOE), US Air Force 23rd Flying Training Squadron, and US Army Aeromedical Research Laboratory at Fort Rucker, Alabama. Unless otherwise approved by the Government, maintenance and maintenance support work will be performed in Government furnished facilities utilizing Government furnished tools and support equipment. It is anticipated that the FRAM II effort will include a 90-day transition period with a base year and nine one-year options. Performance under the current effort expires on 15 January 2028

The Government seeks to identify potential sources in the open market that possess the expertise, capabilities, and experience to meet the requirements necessary to support the FRAM II requirement. This requirement supports approximately 500 Army and 28 USAF aircraft executing 200,000 flight hours annually and operating from five geographically separate airfields and a Backshop facility located on or around Fort Rucker, AL. The maintenance and logistics support services may include but are not limited to:

2.1 Aircraft and Component Maintenance:

2.1.1 Plan and execute a 24/7 maintenance program to maintain airworthiness, meet aircraft readiness goals, and provide aircraft to support flight training requirements.

2.1.2 Execute a phase program to achieve phase bank time requirements of 50% or greater.

2.1.3 Conduct field and approved sustainment level maintenance on aircraft components in accordance with (IAW) approved Government publications.

2.1.4 Comply with safety / maintenance related directives (i.e., Safety of Flight, Aviation Safety Action Messages, etc.) to achieve compliance, maintain airworthiness, and prevent aircraft readiness impacts.

2.1.5 Schedule, report, requisition / manufacture, and install modifications to support Maintenance Work Orders (MWOs).

2.1.6 Support aircraft and component improvement projects to facilitate Government initiatives.

2.2 Maintenance Support Requirements:

2.2.1 Recover aircraft that have experienced precautionary landings by air or ground.

2.2.2 Refuel and load/download munitions for AH64E aircraft operating on Molinelli range. This includes drawing and transporting ammunition daily for gunnery operations.

2.2.3 Operate Aviation Life Support Equipment (ALSE) shops at five airfields supporting all flight operations. Includes issuing and maintaining all ALSE and night vision goggles equipment.

2.3 Aircraft Coordination and Scheduling:

2.3.1 Meet requested aircraft requirements to support flight training and other approved missions occurring throughout the day from 0600 through 0030 daily.

2.3.2 Support scheduled flight training on weekends and holidays.

2.4 Perform Logistics and Supply Operations:

2.4.1 Manage the full spectrum of material and supply operations to ensure operational readiness, accountability, and compliance with Army/USAF Command Supply Discipline Program (CSDP) requirements.

2.4.2 Manage and maintain the Army Working Capital Fund (AWCF) Warehouse (W0H) using Global Combat Support System - Army (GCSS-A)

2.4.3 Manage and maintain airfield and Aviation Maintenance Support Shops supply operations using Aircraft Notebook (ACN)/GCSS-A.

2.4.4 Manage and maintain over $9B in Government property IAW FAR 45.

3.0 Submission Requirements: Interested Contractors are requested to submit the following information:

3.1 Company Information:

3.1.1 Provide your Company's name and mailing address, CAGE Code, SAM Unique Entity Identifier (UEI), and point of contact information.

3.1.2 Provide your Company's socioeconomic status IAW FAR 19 using the established North American Industry Classification Standard (NAICS) of 488190.

3.1.3 Describe your company's financial system structure. Specifically, is the system approved and compliant with EIA-748? If so, describe your company's past experience with earned value management and the submission of integrated performance management reports.

3.1.4 Indicate whether your Company is certified to AS 9110 and operates IAW AR 95-20. Please provide copies of your AS 9110 certification, if applicable.

3.2 Capability Statement:

3.2.1 Briefly describe your company's ability to provide maintenance and logistics support services as outlined in section 2 above.

3.2.2 Provide details of past performance on similar contracts as either a prime or subcontractor with Army rotary wing aircraft maintenance and multi-site management. For each past performance example provide the following information: contract number, dollar value, company role as either prime or subcontractor, and relevancy to the maintenance and logistics support described in section 2.

3.3 Technical:

3.3.1 Briefly describe your company's proposed technical approach to provide maintenance and logistics support services as outlined in sections 2.1.1, 2.1.2, 2.2.1, 2.2.2, 2.2.3, 2.4.1, and 2.4.2.

3.3.2 Confirm your Company's ability to meet the standards in Army Regulation 95-20, Contractor's Flight and Ground Operations, and comply with Defense Federal Acquisition Regulation Supplement (DFARS) 252.228-7001 Ground and Flight Risk Clause (GFRC).

3.3.3 Discuss your management approach and provide what positions you consider essential for effectively managing this type of effort. Include in your approach any recommendations of efficiencies or innovation.

3.4 Quality:

3.4.1 Confirm your Company's ability to meet the standards of ISO 9001, Quality Management, and SAE-AS 9100, Quality Management Systems- Aerospace Requirements.

3.4.2 Describe your Company's experience in establishing and maintaining a quality control plan IAW GEN-24-AMAM-01.

3.5 Contract Structure, Innovation, & Risk

3.5.1 Briefly describe your ideas on fair incentives and disincentives in relation to aviation maintenance and / or the FRAM II contract.

3.5.2 Briefly describe any unique capabilities or innovative approaches your team can offer in the areas of management, performance metrics, and productivity.

3.5.3 State and briefly explain your top three risks associated with this program.

4.0 Source Selection Information:

4.1 NAICS: The applicable NAICS code for the FRAM II effort is 488190, Other Support Activities for Air Transportation. The size standard for this NAICS is $40M average revenue. The PSC code identified is J015, Maintenance / Repair / rebuild of Equipment Aircraft and Airframe.

4.2 Industry Day: An industry day related to this acquisition was previously held on 30 July 2025 at Fort Rucker, AL.

4.3 Formal Solicitation: Any formal solicitation(s) will be announced separately. It is anticipated that a draft solicitation for industry's comments may be released in the 2nd quarter of Calendar Year (CY) 2026 with a final solicitation (Request for Proposal) issued in the 3rd quarter of CY 2026; however, these dates are estimates and subject to change without notice.

4.4 Source Selection: Source Selection will be conducted per applicable guidance of FAR Part 15, DFARS Part 215 and AFARs Part 5115 (to include Army Source Selection Manual, AFARs appendix AA, December 2024 or current date) as well as ACC and AMCOM directives. Current Government source selection guidance at time of evaluation will be implemented. It is anticipated that the FRAM II requirement will be competed as a full and open competition and awarded as a Single Award Contract. The anticipated contract type is either Firm-Fixed-Price and Cost-No-Fee.

5.0 Response Instructions: Responses must be submitted electronically to the Contracting Officer at usarmy.redstone.acc.mbx.acc-rsa-fram-ii@army.mil no later than 17 September 2025.

All responses shall be provided in either Microsoft (MS) word Office 2013 compatible format or Adobe PDF. Submissions shall be capable of being printed on 8.5x11 inch paper with one inch margin (top, bottom, left, and right) and no smaller than 12-point Arial font. Line spacing shall be set no less than single space. The page count limit is a total of 7 pages.

Overview

Response Deadline
Sept. 17, 2025, 6:00 p.m. EDT Due in 7 Days
Posted
Aug. 25, 2025, 9:55 p.m. EDT
Set Aside
None
Place of Performance
Fort Rucker, AL 36362 United States
Source

Current SBA Size Standard
$40 Million
Pricing
Cost No Fee; Fixed Price;
Est. Level of Competition
Average
Odds of Award
39%
On 8/25/25 ACC Redstone issued Sources Sought PANRSA-25-P-0000-014311 for Fort Rucker Aviation Maintenance II Sources Sought due 9/17/25. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Jennifer Murphy   Profile
Phone
None

Documents

Posted documents for Sources Sought PANRSA-25-P-0000-014311

Question & Answer

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

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANRSA-25-P-0000-014311

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANRSA-25-P-0000-014311

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANRSA-25-P-0000-014311

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W58RGZ
Source Organization Code
500045573
Last Updated
Aug. 25, 2025
Last Updated By
jennifer.m.murphy54.civ@army.mil
Archive Date
Oct. 2, 2025