Federal Contract Opportunity

Last Updated on 21 Nov 2023 at 2 PM
Sources Sought
Patuxent river Maryland

Reliability Centered Maintenance Services-INDUSTRY DAY OPPORTUNITY

Details

Solicitation ID N68520-23-RPFREQ-FRC000F-0064
Posted Date 21 Nov 2023 at 2 PM
Response Date 31 Dec 2024 at 5 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fleet Readiness Center
Agency Department Of Defense
Location Patuxent river Maryland United states 20670

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Sikorsky Aircraft Corporation

Rochester Shelton Jacksonville West haven Stratford Bridgeport Jupiter Fort worth

National Industries For The Blind

Wayne Earth city Alexandria

Honeywell International Incorporated

Cockeysville Albuquerque Strongsville Metropolis Chesterfield Melville Cheshire New hyde park South bend Teterboro Wichita Largo Buffalo Suffield Redmond Sacramento Colonial heights Miami Honolulu Miramar Poway Metairie Tampa Danville Greer Hayward Kansas city Morris plains Bellevue Colonial heigh Tempe Mc lean Columbus Renton San antonio Charlotte Albany Anchorage Troy Fort washington Torrance Golden valley Boyne city Elizabeth Atlanta Olathe Mclean Earth city Dublin Fort lauderdal Saint louis Kingman Guaynabo Clearwater Chicago Portland Duluth Los angeles Sarasota Anniston Houston South hackensack Birmingham Morristown Vancouver Aguadilla Westbrook Tucson Broomfield Danbury Morrisville Northford Stratford Sioux falls Lakewood Freeport Fort lauderdale Santa clara West columbia Minneapolis Plymouth Phoenix Glendale Woonsocket Cleveland Rocky mount Oklahoma city San diego Richmond Saginaw Fort washingto Salt lake city Syosset Indianapolis Englewood Burbank Fargo Oak creek Omaha

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Sign up to access Documents

Signup now

The purpose of this update is to post the Questions and Answers (Attachment 5)  that resulted from RCM Virtual Industry Day conducted on 14 August 2023. 

Please continue to monitor this notice for further updates related to this requirement.

**********************************************************************************************************************************************

The purpose of this update is to announce the following:

On 14 August 2023, a virtual RCM Industry Day Brief was presented by COMFRC. The following documents are uploaded:           

1) Attachment 3-Updated RCM ID Brief

2) Attachment 4-RCM ID Attendee List. It is anticipated that the Questions and Answers generated from the RCM ID will be posted in an attachment to SAM.Gov by 9/1/2023. 

We had some last minute requests to join the virtual meeting so be aware that, Attachment 4 might be missing some attendees. If you do not see your point of contact information on the list and wish to be included for teaming opportunities, please email me your Company Name, Address, CAGE Code, Company Size, Attendee Name/Email, and Citizenship by Friday, 1 September 2023 at 2:30 PM EST to Contract Specialist Theresa Newbold: [email protected].

If you have any additional questions/recommendations, please feel free to submit directly to Theresa Newbold via email.

The RFP Number is N68520-24-R-0001 (Currently not released).

DISCLAIMER

THIS NOTICE IS A MARKET RESEARCH TOOL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS IS STRICTLY VOLUNTARY.

***************************************************************************************************************************************************

The purpose of this update is to announce the following:

The Government  intends to  host via Microsoft Teams, a virtual Reliability Centered Maintenance (RCM) Industry Day Brief on Monday, 14 August 2023 from 12:00 – 2:00 PM Eastern Standard Time (EST).

See Attachment 2 RCM Industry Day Opportunity Details for more information related to this event.

***************************************************************************************************************************************************

The Commander Fleet Readiness Center (COMFRC) Procurement Group (PG), located at Patuxent River, MD intends to procure on a competitive basis the services required to support Reliability-Centered Maintenance (RCM) Analysis work across multiple sites including:

NAVAIR Headquarters located at Patuxent River, MD;

NAWCADs located at Patuxent River, MD; Lakehurst, NJ; and Orlando, FL;

NAWCWDs located at China Lake, CA and Point Mugu, CA; and

In-Service Support Centers (ISSC) located at Jacksonville, FL, Cherry Point, NC, and North Island, San Diego, CA. 

RCM support is required for new procurement and in-service aircraft. RCM is required in support of: aircraft engines, aircraft systems (i.e., weapons, aircrew escape systems, avionics, and electrical systems), Support Equipment (SE) (i.e., avionics support equipment, non-avionics support equipment, and aircraft launch/recovery equipment) as well as depot plant equipment. In addition to RCM analyses, financial and administrative support and active participation in RCM Working Group meetings to provide feedback on a host of issues that drive RCM improvements is required.

RCM is an analytical process to determine the appropriate failure management strategies, including preventive maintenance (PM) requirements and Other Actions (as defined by NAVAIR 00-25-403 and COMNAVAIRFORINST 4790.20 series) that are warranted to ensure safe operations and cost-wise readiness.  This process of developing PM requirements, with an auditable documentation package, is based on the reliability of the various components, the severity of the consequences related to safety and mission if failure occurs, and the cost effectiveness of the task. Tasking includes: update existing RCM analyses; enter, maintain, and/or retrieve RCM data using Integrated Reliability Centered Maintenance System (IRCMS), Joint Deficiency Reporting System (JDRS), Decision Knowledge Programming for Logistics Analysis and Technical Evaluation (DECKPLATE), Asset Management Program (AMP), Web Enabled Safety System (WESS), and Automated Data Capture System (ADCS); provide recommendations for PM tasks and other actions as a result of the RCM analysis; perform age exploration; perform statistical analyses such as Weibull analyses, reliability analyses and root cause analyses related to failure modes;  perform data collection, data filtering and data analysis; develop and sustain hardware breakdown and Failure Mode, Effects and Criticality Analysis (FMECA); determine new and evaluate existing organizational, intermediate and depot level preventive maintenance tasks; provide recommendations for the development of maintenance support system requirements; perform technical analyses to integrate  prognostics and health management (PHM) and condition-based maintenance plus (CBM+) data and technologies into PM, modeling and simulations in support of RCM; develop and deliver briefs and RCM-related programmatic documentation; develop and deliver RCM training; and provide technical support to the NAVAIR RCM Steering Committee.  

A draft SOW (Attachment 1) is provided for your review and understanding of the scope of the effort. 

This contract will be a Cost Plus Fixed Fee Indefinite Delivery Indefinite Quantity (IDIQ). The period of performance will be a one (1) year base period with options for four (4) additional years.  The total Level of Effort for five years is estimated at 1,050,000 man-hours.

The Government anticipates a contract award for these services to occur in the fourth Quarter of Fiscal year 2024.  The successful awardee will be required to have a Government approved accounting system prior to contract award.

It is requested that interested businesses submit a brief Capabilities Statement (no more than 10 pages in length, single-spaced, 12-point font minimum) demonstrating the ability to perform the services presented in the attached SOW.  The Capabilities Statement must address, at a minimum, the following:

  1. The type of work your company previously performed in support of similar requirements (RCM Analysis) to the draft SOW. 
  2. Detailed company experience in managing work of similar size and scope to the draft SOW.
  3. The specific corporate and technical skills your company possess which ensure the capability to perform the draft SOW in accordance with the NAVAIR 00-25-403 (see attached).
  4. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 deviation 2019-O0003, the Offeror/Contractor agrees in performance of the contract in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 50 percent subcontract amount that cannot be exceeded.    Cost of performance includes direct labor costs, overhead that has only direct labor as its base, and the small business’ General and Administrative rate multiplied by the labor cost.  Provide an explanation of your company’s ability to perform at least 50% of the tasking described in the draft SOW and tasking below for a one (1) year base period with options for four (4) additional years. 
  5. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue, number and geographic office locations, CAGE code, and a DUNs number.
  6. Respondents to this notice also must indicate whether they qualify as an 8(a), Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern. 

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Theresa Newbold, COMFRC PG Code F2552003, in either Microsoft Word or Portable Document Format (PDF), via email at:                [email protected]

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

No phone calls will be accepted.

The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

DISCLAIMER

“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 TASK ORDER 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 CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION AND ISSUANCE OF A REQUEST FOR PROPOSAL.

Similar Opportunities

Patuxent river Maryland 31 Dec 2024 at 5 AM (estimated)
Patuxent river Maryland 31 Dec 2024 at 5 AM (estimated)
Patuxent river Maryland 10 Jan 2025 at 5 AM (estimated)
Patuxent river Maryland 10 Jan 2025 at 5 AM (estimated)
Bethesda Maryland 17 May 2024 at 4 PM

Similar Awards

Patuxent river Maryland 30 Mar 2017 at 8 PM
Location Unknown 26 Feb 2021 at 8 PM
Colorado springs Colorado 13 Feb 2007 at 5 AM
Colorado springs Colorado 13 Feb 2007 at 5 AM
Location Unknown 04 Jun 2003 at 5 AM