Alabama Bids > Bid Detail

Sources Sought, Requirement, Comments & Industry Day Announcement : AFMIII East

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159838474665520
Posted Date: Mar 7, 2024
Due Date: Apr 18, 2024
Source: https://sam.gov/opp/25369daf79...
Follow
Sources Sought, Requirement, Comments & Industry Day Announcement : AFMIII East
Active
Contract Opportunity
Notice ID
PANRSA-24-P-0000-005950
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 07, 2024 11:46 am CST
  • Original Response Date: Apr 18, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI 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 available at this time. 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, and 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 RFI 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 RFI Overview: The United States Government (USG) Army Contracting Command -Redstone Arsenal (ACC-RSA) is conducting market research to determine interest and availability of potential sources to Aviation Field and Sustainment Level Maintenance Support, Aircraft Modifications, and Other Logistical Services to Aviation and Missile Command Customers Worldwide. Duties include daily and routine maintenance, per the appropriate series manuals, on all aviation and ground support equipment, Government Furnished Property (GFP), and other AMCOM Field Maintenance Directorate (AFMD) mission equipment. Maintenance support may also include transient and rotational units, aircraft participating in joint training exercises, mobilization, pre-mobilization aircraft, and approved Foreign Military Sales (FMS) cases as well as support to Other Government Agencies (OGA). The USG seeks to identify potential sources in the open market that possess the expertise, capabilities, and experience to meet the requirements necessary to support the Aviation Field Maintenance (AFM) III requirement.





2.0 Description: The AFM East contract is designed to provide the AFMD program office with the flexibility to respond to rapidly changing requirements at the lowest possible cost. The AFM East contract will require the successful offeror to primarily perform at Government sites. There are also contingency operation locations, known and unknown, that are potentially hostile in nature. Cost, schedule, and performance risk increase in these geographic locations. In addition, personal risk to the Contractor’s employees is possible in these or similar areas of operation.




  1. The successful offeror will be required to meet industry and Government quality standards and demonstrate the ability to transfer those standards to operations at Government sites. The resulting contract will contain the Ground and Flight Risk Clause (GFRC). In addition, the selected Contractor will be required to meet the standards in Army Regulation 95-20, Contractor’s Flight and Ground Operations.



2.1 Mission: The mission of the AFM III East Region is to provide Aviation Field and Sustainment Level Maintenance Support, Aircraft Modifications, and Other Logistical Services to Aviation Customers Worldwide. Duties include daily and routine maintenance, per the appropriate series manuals, on all aviation and ground support equipment, Government Furnished Property (GFP), and other AFMD mission equipment. Maintenance support may also include transient and rotational units, aircraft participating in joint training exercises, mobilization, pre-mobilization aircraft, and approved Foreign Military Sales (FMS) cases.



The mission needs include the following major areas and the associated logistic support functions:




  1. Provide CAB “pass-back support” as supplemental maintenance capability and expertise at the field and sustainment level.






  1. Repair, upgrade, integrate, maintain, install, or modify various items to include Designated Standard and Non-Standard Aircraft and aircraft components, sub-systems, aviation mission equipment, hydraulics, drive trains, power plants, sheet metal, propeller and rotors, non-destructive test equipment and non-destructive inspections.

  2. De-modification, disassembly, and reconfiguration of aircraft and aircraft systems as required. This includes, but is not limited to, removal and replacement of aviation mission equipment, engine/transmission dynamics, fuel tanks, weapon systems, complete aircraft and component painting, and spraying of silicone ablative coatings, etc.

  3. Conduct alteration, conversion, or modernization of an end item or component that changes or improves the original purpose or operational capacity in relation to effectiveness, efficiency, reliability, or safety. These efforts are typically known as Modification Work Orders (MWO).

  4. Provide field and sustainment maintenance in accordance with (IAW) approved Government publications.

  5. Restore previously deployed rotary wing and/or fixed wing assets and equipment to a fully mission capable condition in accordance with Army Regulations using special technical inspection and repair procedures outlined in Army Technical Bulletins (TBs).

  6. Repair and return components back to the Army Supply System in support of the AMCOM Logistics Center as required.

  7. In coordination with the U.S. Army Sustainment Command, execute the necessary actions to maintain the UME readiness, accountability, visibility, and availability to the National Equipment Pool.

  8. Provide crash and battle damage repair as required.

  9. Conduct Airframe Condition Evaluations (ACE) as required IAW AR 750-1. Perform special structural maintenance evaluations that cannot be accomplished at organizational and sustainment sites. Generate deficiency data for engineering and technical evaluation of the relative aircraft condition resulting from corrosion, overstress, wear, and other effects of age, operational usage, and environmental exposure.

  10. Provide limited depot level repairs IAW published Depot Maintenance Work Requirements authorized on a case-by-case basis by the U.S. Army Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center.

  11. Provide emergency response support capability to include Downed Aircraft Recovery Teams.

  12. Perform receiving, issuing, packaging, handling, storage, and transportation services in association with the logistics support, maintenance, and other requirements. This includes Supply Support Activity (SSA) functions at sites as required.

  13. Perform aviation maintenance support services for other Military Departments (Services) as required.

  14. Perform aviation maintenance support services for OGAs as required.

  15. Perform Unmanned Aerial Systems maintenance support services as required.

  16. Provide aviation maintenance support services for Foreign Military Sales (FMS) customers / cases as required.







2.2 Anticipated Period of Performance: It is anticipated that the AFM III East requirement will be competed as a full and open competition and awarded as a base year and nine one-year options.





2.3 Anticipated Place(s) of Performance: The AFM East Contractor will support all USEUCOM, USAFRICOM, USSOUTHCOM, USCENTCOM and USNORTHCOM (east of the Mississippi river) requirements.





2.4 Draft Performance Work Statement (PWS): The overarching PWS will describe the mission areas and a description of the type of work to be performed.





2.5 Draft Job Descriptions and Associated Qualifications: The draft job descriptions and associated qualifications include job descriptions from the previous contracts associated with these efforts. These job descriptions are not final but are meant to provide potential offerors with a representative sample of the personnel and skills required.





3.0 Requested Information: Interested contractors are requested to review the accompanying DRAFT PWS for the AFM III East effort and respond to the contracting officer POC with any comments, innovative ideas, performance or quality incentives and measurements, best industry practices, or acquisition streamlining that might enhance the PWS or the AFM III East program.





3.1 Interested contractors are requested to respond to the following questions and topics.




  1. Discuss what Entrance Gate Criteria are appropriate for:






  1. Focusing competition on companies with DOD rotorcraft maintenance experience.

  2. Focusing competition on companies with strong multi-site management and OCONUS experience.

  3. Suggestions for other entrance gate criteria that should be taken into consideration.






  1. Discuss the appropriateness of the contract type for this requirement and what methodologies are effective in controlling T&M costs. Provide input on performance incentives (types of fee, e.g. incentive fee, award fee), use of options, and/or other appropriate incentives for contractor performance.






  1. Discuss your approach to organizing Regional Program Management (Positions / Locations).






  1. What do you consider to be Key Government and Contractor Positions for managing this effort?






  1. Discuss the advantages / Disadvantages on the Technical Volume evaluation consisting of a Comprehensive Management Plan and associated Scenario(s).






  1. What are the biggest risks associated with this PWS?






  1. What significant risks are generally associated with this type of work? What effective control measures would you recommend?






  1. Provide any innovative ideas, best industry practices, or acquisition streamlining that might enhance the PWS.







4.0 Other Information





4.1 Industry Day: An industry day related to this acquisition is anticipated to take place in the Huntsville, AL. area at building 3777 Maintenance Row, Redstone Arsenal on 23 April 2024 at 0900 CST. Attendance is limited to five individuals from any one company. Please provide an email listing the five attendees and a point of contact to usarmy.redstone.acc.mbx.acc-rsa-afm-iii-east@army.mil, Noon CST on NLT 18 April 2024. The briefing will last approximately 60 minutes.





4.2 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 4th quarter of Calendar Year (CY) 2024 with a final solicitation (Request for Proposal) issued in the 2nd quarter of CY 2025; however, these dates are estimates and subject to change without notice.





4.3 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 Supplement, AFARS Appendix AA, 28 November 2017 or current date) as well as Army Contracting Command and AMCOM directives. Current Government source selection guidance at time of evaluation will be implemented.





4.4 Small Business Set-Aside Determination: Best value full and open competition.





5.0 Comments/Responses: All current information regarding this requirement is posted on the SAM website under AFM III East. Only comments and notifications of interest, not questions, are requested under this RFI. Submit comments and /or notifications of offeror interest relating to the announcement in writing only to usarmy.redstone.acc.mbx.acc-rsa-afm-iii-east@army.mil, Noon CST on NLT 18 April 2024. Absolutely no telephone calls will be accepted in response to the RFI.


Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >