DESCRIPTION:
This is a request for information (RFI) and Sources Sought (SS) Notice only. This RFI/SS is being 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 currently available. Any request for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government (USG) to contract for any support or service whatsoever. All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor will the USG compensate any respondent for costs incurred in developing information provided to the USG. Not responding to this RFI/SS does not preclude participation in any future RFPs, if any are issued. Respondents will not be obligated to provide the services described here. If a solicitation is released, it will be synopsized @ https://sam.gov. It is the responsibility of potential offerors(s) to monitor this site for addition information pertaining to this requirement.
BACKGROUND:
The Office of the Program Manager -Saudi Arabian National Guard (OPM-SANG) has a recurring requirement for Aviation Training and Support Services that functions as a force multiplier for the OPM-SANG in their mission to develop a more capable, self-sufficient defense force for the Saudi Arabian Ministry of the National Guard (MNG). The MNG requires Aviation Training Support Services (ATSS) to provide individual and military occupational specialty training, logistical support, and support to operate multiple airfields in the Kingdom of Saudi Arabia (KSA). At the direction of the MNG, the OPM-SANG is executing an acquisition strategy that divides the current directed source contract into multiple function based competitively awarded, contracts. The third of these separate competitive procurements is anticipated to be for Integrated Maintenance Support Services (IMSS). Therefore, the OPM-SANG and the Army Contracting Center-Rock Island, IL (ACC-RI) is conducting additional market research to determine the interest and availability of potential sources to provide these support services to the MNG. See attached Draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS) for more details on the requirements.
The IMSS effort is an integral part of the modernization process which covers all elements, missions, and functions of the MNG as well as those requirements needed to support the activities of the Office of the Program Manager. The ultimate program goal is the development within MNG of the capability to unilaterally initiate and sustain modern military organizations and systems. The USG anticipates implementing this Foreign Military Sales (FMS) program using procurement and contract management procedures in accordance with Federal Acquisition Regulations (FAR) including Department of Defense (DFARS) and Army (AFARS) Supplements.
Currently, the IMSS is expected to be a single award, full and open competition with an anticipated one (1) year period of performance with four (4) one (1) year option periods. The USG anticipates contract type will include a hybrid of Firm Fixed Price (FFP) contract with Cost Reimbursement (CR) contract line-item numbers (CLINs) for travel and Other Direct Costs (ODCs).
REQUESTED INFORMATION
For ease of assessment of responses by the USG to this RFI/SS, please respond by individual questions and reference the question being answered. (i.e., 1.a.). Please limit your response to this RFI/SS to 15 pages. All written RFI/SS responses must be provided in Microsoft (MS) Word (Office 2013) compatible format or Adobe PDF. Submissions must be capable of being printed 8.5 x 11-inch paper with one inch margin and no smaller than 12-point Aerial font. Line spacing shall be set no less than single space.
1. COMMERCIALITY
2. SERVICE AND EXPERIENCE REQUIREMENTS
3. ADMINISTRATIVE:
An industry day and one-on-one potential vendor meetings related to this procurement is anticipated to take place on site in the KSA. It is anticipated that a Draft Solicitation for industry comments may be released next quarter with a final solicitation issued soon after the site visits/one-on-meetings. However, these dates are estimates and subject to change without notice.
Any awarded contract will include the Defense Federal Acquisition Regulation Supplement (DFARS) 252.228-7001, Ground and Flight Risk Clause.
Source Selection will be conducted per applicable procedures and guidance of the Federal Acquisition Regulation (FAR) Part 15, Defense Federal Acquisition Regulation Supplement (DFARS) Part 215 (to include Army Source Selection Manual, AFARS Appendix AA, currant date).
All information regarding this potential requirement will be posted at https://sam.gov. Only comments, not questions, are requested under this RFI/SS announcement. All submissions should include a title page with the following information:
• Company or Organization name and mailing address (City/State/Zip)
• Company web page URL, if applicable
• Point of Contact both in KSA and CONUS (name, title, phone number,
and email addresses)
• NATO CAGE, CAGE Code, DUNS, and NAICS Codes
Please provide a complete response to all questions above. Merely submitting company brochures or incomplete responses will not add value to the market research analysis being conducted by the USG.
Feel free to offer any constructive comments, innovative ideas, performance or quality incentives and measurements, best industry practices, or acquisition streamlining ideas that might enhance this IMSS acquisition program.
No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on https://sam.gov. Interested parties who consider themselves qualified to perform all elements of the PWS are invited to submit a response to this RFI/SS by 1530 CT on 16 September 2022. Please reference W90BRJ-22-R-IMSS on all correspondence related to this RFI/SS. All comments and responses shall be submitted to Reid Drewes @ [email protected] and Derek Schnorrenberg @ [email protected].