Search Contract Opportunities

PMA-274 Presidential Helicopter Maintenance and Support Services   2

ID: N0042118R0042 • 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?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

INTRODUCTION
The Naval Air Systems Command, Aircraft Support Contracts Department (AIR 2.5.1.12), Patuxent River, MD is seeking information for potential sources to support the procurement of Research, Development, Test & Evaluation (RDT&E), Logistics, and Maintenance Support Services for PMA-274 Presidential Helicopter Support Facility (PHSF) on a competitive basis. The results of this Sources Sought will be utilized to determine the extent of competition and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered.
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
This Sources Sought is a market research tool being used to determine potential and eligible business firms that are capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It will also be utilized to determine if any Small Business Set-Aside opportunities exist. The PSC for this requirement is J015. The NAICS code for this requirement is 488190, with a size standard of $32.5M. All interested businesses are encouraged to respond, but only those businesses or teaming arrangements that are considered small under NAICS 488190 will be considered for small business set-aside decisions.

This requirement is for technical services to support Contractor Logistic Support (CLS), Research, Development, Test and Evaluation (RDT&E) support and aircraft maintenance support and services on designated aircraft in direct support of the Naval Air Systems Command (NAVAIR) Presidential Helicopter Support Facility (PHSF) Program Office, PMA-274. The program office has responsibility for providing current and future safe and timely helicopter transportation for the President and Vice President of the United States, heads of state and other official parties. The global nature of these commitments requires aircraft to deploy worldwide and operate in varying environmental and climatic conditions without mission degradation. A portion of the PMA-274 Program Manager's responsibilities include the continual evaluation of both legacy system sustainment and supportability requirements as emergent technologies, capabilities and modified mission needs are identified.

The Direct/Indirect support are to perform organizational, intermediate, and depot level maintenance support and services. Currently these aircraft include heavily modified and unique NVH-3A and NSH-60F which will transition to support for the VH-92A replacement helicopter system. The Contractor will also provide transient support and oversight for any of the primary aircraft assigned to HMX-1; i.e. VH-3D, VH-60N, MV-22, UH-60N and UH-3D, aircraft periodically hosted by PMA-274.

The contractor shall be responsible for performing maintenance control, material control, upkeep of technical publications and Naval Aviation Training and Operating Procedures Standardization (NATOPS) dispersed library, aircraft logs and records, aviators equipment, safety and survival equipment, armament and ordnance, avionics, electrical, airframes (including hydraulic, pneumatic, and utility), environmental/egress, power plants (gas turbine), line, SE, Dynamic Drive, corrosion control, Intermediate Maintenance Concept/Program (IMC/P) Periodic Maintenance Inspections (PMI's), tool room and Individual Material Readiness List (IMRL) program support, hazardous materials management, and upkeep (scheduled and unscheduled) of aircraft maintenance facilities and support equipment as approved by the Technical Point of Contact (TPOC). In addition, the Contractor shall provide support to the Project Liaison Office (PLO), aircraft safety/hazardous spill containment patrols, and aircraft recovery services for Hangar 2805, as well as any additional tasking contained in the DRAFT Performance-based Statement of Work (PBSOW).
The performance of services is described in the attached Draft Performance Based Statement of Work (PBSOW).

The Contract Type is anticipated to be a Cost Plus Fixed Fee (CPFF), indefinite delivery/indefinite quantity(IDIQ) with an estimated of 723,800 man-hours over the five year period with additional Overtime of 55,600 man-hours over the five year period.

Established additional CLINs, if utilized, for an additional estimated total of 624,000 man-hours over the five year period with additional Overtime of 52,400 man-hours over the five year period. Additional requirements are noted in the draft PBSOW and may or may not be required over the period of performance of the contract.

ELIGIBILITY
The applicable NAICS code for this requirement is 488190. The Product Service Code (PSC) is J015.

INCUMBENT
The incumbent contractor for this effort is National Technologies Associates Inc., Contract Number N00421-14-C-0025.

SUBMISSION DETAILS
Interested businesses shall submit a brief capabilities statement package (no more than fifteen 8.5 X 11 inch pages, font no smaller than 12 point, 1.5 spaced) demonstrating their ability to perform the services listed in the attached "DRAFT" Performance Based Statement of Work (PBSOW). Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Business Size, and Points-of-Contact (POC) including name, phone number, fax number, and e-mail address.

The documentation must address, at a minimum, the following:
(1) Provide the type of work your company has performed in the past in support of same/similar requirement(s). Include information such as contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact and current telephone number, and a brief description of how the contract referenced relates to the technical services described herein;
(a) Describe the specific technical skill and experience which your company possesses which will ensure capability to perform requirements as outlined in the draft performance work statement.
(2) Resources available such as corporate management and currently employed personnel to be assigned to this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at Patuxent River. Staffing plan should address current hires available for assignment, possible subcontracting/teaming arrangements, and strategy (contingency hires) for recruiting and retaining qualified personnel.
(3) The majority of the labor categories required for this effort must have Yankee White access to perform their work. For Yankee White access the Contractor shall comply with DoD Directive 5210.55 (Presidential Support Program) and DoD Instruction 5210.87 (Selection of DoD Military and Civilian Personnel and Contractor Employees for Assignment to Presidential Support Activities (PSAs). Provide a statement regarding capability to obtain the required industrial security clearances for personnel. The full description of the personnel security requirements can be found in the draft PBSOW Section 3.2.2.
(4) Provide a statement regarding the company's ability to begin performance upon contract award with required security clearances as described in item (3) above.
(5) Please note that, in accordance with FAR 52.219-14, under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business' General & Administrative rate multiplied by the labor cost. Provide an explanation of your company's ability/plan to perform at least 50% of the overall effort.
(6) Provide comments and questions regarding any restrictive or confusing aspects of the "DRAFT" Performance Base Statement of Work (PBSOW) (This portion of your response does not count against the 15 page limit; however, questions should be limited to an additional 3 pages maximum). Input is for NAVAIR consideration only and no responses will be posted at this time.

The capabilities statement package shall be sent by mail to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, AIRCRAFT SUPPORT CONTRACTS DEPARTMENT (AIR 2.5.1.12), Bldg. 441, Unit 7, ATTN: Ms. Amy Olszewski, Contract Specialist, 21983 Bundy Road, Patuxent River, MD 20670-1127 or by e-mail to amy.olszewski@navy.mil. Faxes will not be accepted.

Questions or comments regarding this notice may be addressed to Amy Olszewski, at amy.olszewski@navy.mil or alternatively at (301) 757-9781. No phone or e-mail solicitations with regards to the status of the RFP will be accepted prior to its release.

Submissions shall be received at this office no later than 4:00 p.m. Eastern Standard Time on February 20, 2018. Information and materials submitted in response to this request WILL NOT be returned.

Overview

Response Deadline
Feb. 20, 2018, 4:00 p.m. EST Past Due
Posted
Feb. 5, 2018, 3:34 p.m. EST (updated: Feb. 8, 2018, 12:43 p.m. EST)
Set Aside
None
Place of Performance
NAS Patuxent River, MD 94% MCAF Quantico, VA* 6% *If all CLINs are Utilized 100% of effort at NAS Patuxent River and/or Quantico will be performed on a Government Site. PATUXENT RIVER, MD 20670 USA
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Cost Plus Fixed Fee
Est. Level of Competition
Low
Odds of Award
51%
On 2/5/18 Naval Air Systems Command issued Sources Sought N0042118R0042 for PMA-274 Presidential Helicopter Maintenance and Support Services due 2/20/18. The opportunity was issued full & open with NAICS 488190 and PSC J.
Primary Contact
Title
Contract Specialist
Name
Amy V. Olszewski   Profile
Phone
(301) 757-9781
Fax
None

Secondary Contact

Title
Contract Specialist
Name
Helen H Choo   Profile
Phone
(301) 757-9056
Fax
(301)757-6516

Documents

Posted documents for Sources Sought N0042118R0042

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought N0042118R0042

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought N0042118R0042

Contract Awards

Prime contracts awarded through Sources Sought N0042118R0042

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N0042118R0042

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N0042118R0042

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
March 7, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
March 7, 2018