Sources Sought for Contractor Logistics Support (CLS) services for Commander, Naval Air Forces Reserve (CNAFR) F/A-18E/F aircraft used in an Adversary role
1.0 INTRODUCTION
The Naval Air Systems Command (NAVAIR) Commander, Fleet Readiness Center (COMFRC) announces its intention to procure on a competitive basis Contractor Logistics Support (CLS) services for Commander, Naval Air Forces Reserve (CNAFR) F/A-18E/F aircraft used in an Adversary role. This Market Research tool is being used to identify potential and eligible firms, of all sizes, prior to determining the method of acquisition and issuance of a solicitation. The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. Additionally, this sources sought is being used to gather constructive information from industry to improve the Request for Proposal (RFP). These requirements are subject to change and the information provided below is for informational purposes only. The final requirement will be defined under a formal RFP.
This is for the CNAFR F/A-18E/F aircraft used in an Adversary role planned to be located at Naval Air Station (NAS) New Orleans, LA. Additional primary operational locations and detachment sites may include: NAS Key West, FL, NAS Point Mugu, CA, NAS Oceana, VA, and/or NAS Lemoore, CA. This is a new requirement to provide adversary support for Fleet Replacement Squadrons, Strike Fighter Advanced Readiness Program, Carrier Air Wing Training, and Strike Fighter Weapons and Tactics Program, as well as other fleet training requirements.
2.0 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 COMMITENT 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 SOURCES SOUGHT IS STRICTLY VOLUNTARY.
3.0 ANTICIPATED CONTRACT TYPE AND PROGRAM BACKGROUND
a. The Government is anticipating this contract to be a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The anticipated period of performance includes a twelve (12) month base period made up of a (6) six month Site Stand Up period and the remaining 6 months of performance, as well as four (4) option years and a three (3) month Transition Out, for a total potential performance of period of 5 years, 3 months (5.25).
b. Program Background/Requirement: The F/A-18E/F is an all-weather fighter and attack aircraft. In its fighter mode, the F/A-18E/F provides fleet air defense as an escort aircraft. In its attack mode, it provides force projection, interdiction, and close and deep air support. Two (2) General Electric F414-GE-400 afterburning turbofan engines power the F/A-18E/F. The F414-GE- 400 engine is an advanced derivative of the F404 GE engine family.
The Contractor shall provide and maintain organizational (O), limited intermediate (I), and limited Depot (D) level aircraft maintenance, management, logistics support services for the CNAFR assets. O and limited I and D level maintenance is maintenance which is performed at the site where the aircraft are permanently assigned or on temporary detachment. The most important Contractor performance criterion is to provide safe flyable aircraft to complete the Navy's daily flight schedule. The services performed shall include associated support equipment, power plants, airframes, aviation life support systems, electronic and electrical instruments, armament radar/fire control and flight line services in order to meet the daily mission requirements. The CLS services shall be performed in accordance with industry best practices, DCMA 8210.1/NAVAIRINST 3710.1, and CNAFINST 4790.2. The Contractor's management shall be structured to ensure that aircraft are maintained to achieve maximum utilization of all assets. The Navy places special emphasis on strict adherence to approved Ground Operating Procedures which include, but is not limited to, necessary provisions from applicable USN service guidance for: hydraulic contamination, Foreign Object Damage (FOD) prevention, tool control, record keeping, compass calibration, corrosion prevention and treatment, tire and wheel maintenance safety, fuel surveillance, oil analysis, support equipment operator training, nondestructive inspection, plane captain training, survival and egress systems maintenance, low observables, and employee training, certification, and/or qualifications. The Contractor's overall approach to its maintenance program shall comply with all provisions of the USG approved maintenance plans and instructions and applicable maintenance manuals and all requirements specified. The Government may issue any waivers or deviations on a case-by-case basis. In achieving this requirement, the Contractor shall meet the OPNAV objective of continually improving material readiness and safety with the optimum use of economic resources. In performance of the services described herein, the Contractor shall maintain an efficient organization, provide adequate supervisory control, and perform all maintenance and other services as specified for the aircraft the F/A-18E/F.
4.0 SPECIAL REQUIREMENTS AND REQUIRED CAPABILITIES
It is anticipated that any resultant contract will have the following specialist requirements and required capabilities:
a. Security Classification level of Secret, with Special Access Program requirements
b. Compliance with the Service Contract Labor Standards (SCLS)
5.0 ELIGIBILITY
a. The applicable NAICS code for this requirement is 488190, "Other Support Activities for Air Transportation” with a Small Business Size Standard of $40M.
b. The Product Service Code is J015 "Maintenance, repair, and rebuilding of Equipment - Aircraft and Airframe Structural Components."
c. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. Note: FAR 52.219-14 Limitation on Subcontracting requires a small business prime on a Set-Aside to perform at least 50% of the cost of contract performance. Small business primes may now count “first tier subcontracted” work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation (52.219-14 Class Deviation 2021-O0008, revision 1).
To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize “similarly situated entities” to meet the Limitations on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the Sources Sought Notice in order to assist the Government’s capability determination.
6.0 SUBMISSION REQUIREMENTS
7.0 SUBMISSION INSTRUCTIONS
Interested parties shall adhere to the following instructions for the submittal of their capabilities statements.