Solicitation Name:
EGLIN AFB, AIRCRAFT BACKSHOP MAINTENANCE SUPPORT
Notice Type:
Sources Sought - Request for Information
The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), Services Management Office (PZZ), is currently conducting market research seeking capabilities statement from potential sources.
This is NOT a pre-solicitation notice pursuant to FAR Part 5, but is a Market Survey to identify sources that possess the expertise, capabilities, and experience necessary to meet the Air Force's requirements necessary to provide Maintenance and Repair of the F-16, A-10, F-15, UH1N, and the C-130 aircraft; modifications to aircraft and non-aircraft equipment, to include possible maintenance of transient aircraft. The service provider shall be responsible for limited on-equipment and all off-equipment maintenance for all assigned aircraft and equipment.
Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities:
(a) The service provider shall also perform maintenance functions consisting of nondestructive inspection, oil analysis program, avionics, structural maintenance, metals technology, fuel/hydrazine systems, pneudraulics, egress, propulsion/test cell and support section, engine management, electro/environmental, aero repair, wheel and tire, armament systems, aircraft corrosion control, aircraft wash, F-16 and F-15 aircraft phase inspection (Phase and HPO Inspections), Plans Scheduling and Documentation, Database Management, welding, Maintenance Operations Center, and the HAZMAT issue point.
(b) Additionally, the service provider shall provide crash/damaged aircraft recovery services for Eglin AFB. Furthermore, the service provider shall perform facility manager duties for maintenance facilities assigned as well as perform minor facility/equipment maintenance. The service provider shall support and provide select maintenance personnel as required by the Government for temporary duty assignments, other mission support requirements, and provide limited maintenance support as required by the Government to support deploying test/training missions.
(c) There is a possibility of some limited backshop maintenance sometime within the period of performance for the F-35 aircraft.
All interested vendors shall submit a response demonstrating their capability to perform these services to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
The NAICS Code assigned to this acquisition is 488190, Other Support Activities for Air Transportation, with a size standard of $32.5M. Respondents should indicate their size in relation to this size standard and indicate their socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees for this effort. The Government reserves the right to consider a small business set-aside based upon responses to this action for any subsequent acquisition. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.
Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.
CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their ability to provide/perform the requirement stated in this notice. This may include contract numbers and locations of previous similar work. The capabilities statement should be brief and concise, yet clearly demonstrate how your firm can complete the requirements of the Eglin AFB Aircraft Backshop Maintenance contract. The response shall not exceed 10 pages.
An ombudsman will be appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is Colonel Angela W. Suplisson, AFTC/CV, at 1 S. Rosamond Blvd, Edwards AFB CA 93524, phone number is (661) 277-2810. Collect calls will not be accepted.
Responses may be submitted electronically to [email protected]. All correspondence sent via email shall contain a subject line that reads "FA2486-19-R-0003 EGLIN AFB AIRCRAFT BACKSHOP MAINTENANCE SOURCES SOUGHT." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.
RESPONSES ARE DUE NO LATER THAN CLOSE OF BUSINESS (CST) ON 13 Dec 2018. Direct all questions concerning this requirement to Brian Hurley at [email protected] or June Crockett at [email protected].