Search Contract Opportunities

Reliability Centered Maintenance (RCM) Analysis Support Services   4

ID: N6852024R0044 • Type: Solicitation • Match:  90%
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?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Oct. 17, 2024, 9:41 a.m. EDT

Update 17 October 2024

SOLICITATION:

The solicitation has been amended. Please see the attached amendment document "RFP N6852024R0044 Amendment 0002".

In the previous udpate for Amendment 0001, the SF-30 was not included. In addition to Amendment 0002, the Government is posting Amendment 0001, which includes the SF-30 as well for reference.

Update 10 October 2024

SOLICITATION:

The solicitation has been amended. Please see the attached, amended documents "RFP N6852024R0044 Amendment 0001", "Attachment 1 - Statement of Work (Rev. 1)", "Attachment 4 - Ordering Rates (Rev. 1), and "Attachment L-5 - Cost Summary Spreadsheet (Rev. 1)".

QUESTIONS AND ANSWERS:

Please see the attached document "RFP N6852024R0044 Questions and Answers" for RFP Questions and Answers.

Original Solicitation Posting

REQUIREMENT:

The purpose of this notice is to release the OFFICIAL Solicitation, N6852024R0044, to initiate a competitive source selection and award an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee line items to place term-form task orders for Reliability Centered Maintenance (RCM) Analysis Support Services in support of the Naval Aviation Enterprise.

RCM under the planned contract will include an analysis of aircraft engines, aircraft systems (i.e. Weapons, aircrew escape systems, avionics, and electrical systems), Support Equipment (SE) (i.e., avionics SE, non-avionics SE, and aircraft launch/recovery equipment), and depot plant equipment. RCM includes Condition-Based Maintenance Plus (CBM+) and Integrated Maintenance Concept and Plan (IMC/P) support.

CONTRACT TYPE:

The anticipated contract is a Cost Plus Fixed Fee (CPFF) IDIQ Contract. The Period of Performance (PoP) of this contract is five (5) years.

COMPETITION:

This procurement is hereby solicited using full and open procedures in accordance with FAR Part 15.

ELECTRONIC PROPOSAL SUBMISSION:

In accordance with Solicitation N6852024R0044, Section L, Part A: General Instructions, Paragraph 4.0:

The submission date for all Volumes shall be no later than the date and time specified in Block 9 of the SF 33 of the RFP.

All volumes of the proposal shall be submitted electronically through the Solicitation Module of the Department of Defense (DoD) Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil. No other submissions, such as mail, hand-carried, or other electronic system (e.g., DOD SAFE) are authorized by the solicitation unless specifically authorized by the Contracting Officer pursuant to paragraph 4.1.3 below. For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.

PRE-SOLICITATION QUESTIONS AND ANSWERS

The Government has received the questions below in regards to the Pre-Solicitation Notice and is providing answers.

QUESTION #1: SOW: Paragraph 1.3 states RCM, CBM+, and IMC/P are required in support of all NAVAIR National Sites, including NAVAIR Headquarters at Patuxent River, MD, the Naval Air Warfare Center Aircraft Divisions (NAWCADs) at Patuxent River, MD, Lakehurst, NJ and Orlando, FL; the Naval Air Warfare Center Weapons Divisions (NAWCWDs) located at China Lake, CA and Point Mugu, CA. In-Service Support Centers (ISSC) serviced on the current effort and located at Jacksonville, FL; Cherry Point, NC; and North Island, CA, were not included. Will the Government please confirm that the sites listed on the draft RFP are correct.

ANSWER: Adjustments made accordingly to SOW Paragraph 1.3.

QUESTION #2: SOW and Attachment 4: The Instructional Coordinator, Senior is listed as a Key Labor Category on the SOW, however Attachment 4 doesn't have hours associated with this Labor Category. Will the Government please clarify.

ANSWER: The Government has decided to remove the Instructional Coordinator from this requirement.

QUESTION #3: SOW: Section 3.4.2.4 Logistician, Journeyman, paragraph two should read Journeyman Logisticians (not Senior Logisticians).

ASNWER: This has been corrected in the SOW.

QUESTION #4: SOW and Attachment 4: The Level of Effort Clause on the Draft RFP states the estimated man-hours of direct labor for this effort is 917,714, but the Total Estimated Hours for all five years on the Labor Category Hours Tab of Attachment 4 only totals 834,285 hours. Will the Government please confirm which total is correct.

ANSWER: The Government confirms that 834,285 hours is correct. The Level of Effort Clause on the RFP has been updated accordingly.

QUESTION #5: For the new CDRL A004 TECHNICAL REPORT STUDY/SERVICES, the REMARKS section is what the current contract A004 for Conference Minutes contains. It should reflect the current A006 TECHNICAL REPORT STUDY/SERVICES verbiage with the SOW paragraph #s being updated accordingly for the new SOW. Meeting support will now be part for each specific task order as noted in the new SOW section 3.1.2.2. Will the Government please confirm or update.

ANSWER: CDRL A004 Technical Report Study/Services has been updated.

QUESTIONS/COMMENTS:

Questions or comments regarding this notice can be directed to Robert Miedzinski by email at robert.m.miedzinski.civ@us.navy.mil. Each question or comment should reference the applicable document, page number, and paragraph number. Offerors shall not include any proprietary information in a question, because the Government will provide the question and answer to all potential offerors. All questions must be submitted no later than 5:00 PM EST on Friday, 27 September 2024. Questions received after the deadline above may be answered at the Government's sole discretion.

DO NOT SEND QUESTIONS TO THE GOVERNMENT THROUGH PIEE CONTRACTING COMMUNICATION MODULE (CCM)

Attached are the solicitation documents.

Posted: Oct. 10, 2024, 3:22 p.m. EDT
Posted: Sept. 12, 2024, 4:56 p.m. EDT
Background
The official solicitation N6852024R0044 is issued by the Naval Aviation Enterprise to initiate a competitive source selection for an Indefinite Delivery Indefinite Quantity (IDIQ) contract.
The goal of this contract is to provide Reliability Centered Maintenance (RCM) Analysis Support Services, which are essential for the maintenance and operational efficiency of naval aviation systems.

Work Details
The contractor will provide RCM analysis support services, which include:
- Analysis of aircraft engines and systems, including weapons, avionics, and electrical systems.
- Support for Condition-Based Maintenance Plus (CBM+) and Integrated Maintenance Concept and Plan (IMC/P).
- Tasks will be defined at the task order level based on the Statement of Work (SOW).
The contractor must also manage costs effectively through competitive subcontracting.
- The estimated level of effort for this contract is 834,285 man-hours over five years.
- The contractor will be responsible for delivering technical reports and data as specified in the SOW.

Period of Performance
The period of performance for this contract is five years from the date of award.

Place of Performance
The work will be performed at various NAVAIR National Sites including Patuxent River, MD; Lakehurst, NJ; Orlando, FL; China Lake, CA; Point Mugu, CA; Jacksonville, FL; Cherry Point, NC; and North Island, CA.

Overview

Response Deadline
Oct. 28, 2024, 9:00 a.m. EDT Past Due
Posted
Sept. 12, 2024, 4:56 p.m. EDT (updated: Oct. 17, 2024, 9:41 a.m. EDT)
Set Aside
None
Place of Performance
Patuxent River, MD 20670 United States
Source

Pricing
Cost Plus Fixed Fee
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
Experimental
$5,000,000 - $15,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
On 9/12/24 Fleet Readiness Center issued Solicitation N6852024R0044 for Reliability Centered Maintenance (RCM) Analysis Support Services due 10/28/24. The opportunity was issued full & open with NAICS 54 and PSC R706.
Primary Contact
Name
Robert Miedzinski   Profile
Phone
None

Secondary Contact

Name
Jessica McGee   Profile
Phone
None

Documents

Posted documents for Solicitation N6852024R0044

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Solicitation N6852024R0044

Award Notifications

Agency published notification of awards for Solicitation N6852024R0044

IDV Awards

Indefinite delivery vehicles awarded through Solicitation N6852024R0044

Incumbent or Similar Awards

Contracts Similar to Solicitation N6852024R0044

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation N6852024R0044

Similar Active Opportunities

Open contract opportunities similar to Solicitation N6852024R0044

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
Nov. 12, 2024
Last Updated By
robert.m.miedzinski@navy.mil
Archive Date
Nov. 12, 2024