Airfield Operations and Maintenance Services

expired opportunity(Expired)
From: Federal Government(Federal)
W90BRJ-22-R-AOM

Basic Details

started - 24 Jan, 2022 (about 2 years ago)

Start Date

24 Jan, 2022 (about 2 years ago)
due - 27 Jan, 2022 (about 2 years ago)

Due Date

27 Jan, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W90BRJ-22-R-AOM

Identifier

W90BRJ-22-R-AOM
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)W4MM USA JOINT MUNITIONS CMD (2781)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS A REQUEST FOR INFORMATION (RFI AND SOURCES SOUGHT (SS) NOTICE ONLY.  This RFI/SS is being issued solely for informational 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; USG will not pay for information requested nor will the USG compensate any respondent for cost incurred in developing information provided to the USG.  Not responding to this RFI/SS does not preclude participation in any future RFPs, if any is issued.  Respondents will not be obligated to provide the services described herein.  If a solicitation is released, it will be synopsized @  
target="_blank">https://sam.gov.  It is the responsibility of the potential offeror(s) to monitor this site for addition information pertaining to this requirement. Background: The Office of the Program Manager (OPM) – Saudi Arabian National Guard (SANG) has a recurring requirement for Aviation Training and Support Services that functions as a force multiplier for the OPM-SANG in their to 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). Moreover, the current ATSS  source directed single integrated contract supports both enduring and limited Internal Security Area Operations deployments as well as other deployments within the Kingdom of Saudi Arabia (KSA).At the direction of the KSA, the OPM-SANG is contemplating an acquisition strategy that will unbundle the current contract into multiple function based competitive contracts.  The first of these separate competitive procurements is anticipated to be for Airfield Operations and Maintenance (AOM) support services.Therefore, the OPM-SANG and Contracting Office is conducting market research to determine the interest and availability of potential sources to provide all services, materials, training aids, supplies, office quarters, vehicles for use during duty hours, and qualified personnel to conduct airfield operations, airfield direct support services, and all associated on the job training (OJT) throughout all the functional areas.  See attached Draft Performance Work Statement for more details on the requirements.It is anticipated that the AOM support services contract will 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 anticipated contract type will include a hybrid of Firm Fixed Price (FFP), Time and Material (T&M), Cost-Plus Fixed Fee (Level of Effort) and/or Cost-Plus Fixed Fee (Completion) contract line item numbers (CLINs).Requested Information:Any information provided by industry to the USG as a result responses to this RFI/SS is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the USG will arise because of potential offeror(s) submission of responses or the USG’s use of such information.For ease of assessment of responses to this RFI/SS, please respond by individual questions and reference the question being answered.  (i.e., 1.a.)1. COMMERCIALITY a. Has your firm performed or is currently performing Rotary Wing Airfield  Operations and Maintenance support services efforts in support of Foreign Military Sales or Department of Defense operations Outside the Contiguous United States (OCONUS)? If so, was the USG contract issued under Part 12 or Part 15 of the FAR? If yes, please list contracts/task orders and the dollar value of the contract/task order?2. CONTRACT SERVICE REQUIREMENTSa. Describe the experience your company has with management of cost- reimbursement type contracts and provide examples by aircraft supported, contract type, and cost, over the last 5 years.b. The USG is utilizing North American Industry Classifications Systems (NAICS) code 488190, “Other Support Activities for Air Transport” Do you believe this is an appropriate NAICS Code for synopsis purposes? If not, please identify what you deem more appropriate and why. Does your company have a registered North Atlantic Treaty Organization (NATO) Commercial and Government Entity (NCAGE)?c. What does your company see as risk areas and/or potential issues associated with an acquisition of this type? How should the USG mitigate these risks/issues?d. Does you firm have a current Defense Contract Audit Agency (DCAA) or Defense Contract Management Agency (DCMA) determination of an adequate accounting system and acceptable purchasing system? e. Please provided recommendations on a suitable CLIN structure based on a hybrid of FFP, T&M, Cost-Plus Fixed Fee (Level of Effort) and/or Cost-Plus Fixed Fee (Completion) CLINs.f. Please provide a statement on how your company plans to abide by Saudi Arabian Ministers' Resolution No. 124, dated 29 Nov 2013, which commits a prime contractor to subcontract no less than 30% of subcontract opportunities with Saudi Arabian firms. 3. ORGANIZATIONAL CONFLICT OF INTERESTED (OCI) IDENTIFICATIONa. The USG anticipates requesting an Organizational Conflict of Interest Mitigation Plan from offerors and recognizes the potential issues facing this acquisition and/or PWS performance requirements? What does your company see as OCI issues that would arise as an unfair advantage to one offeror or another? How should the USG mitigate this OCI?4. AIRFIELD OPERATIONS AND MAINTENANCE EXPERIENCEa. Are you currently providing any similar type services to the USG in the Middle East and North Africa (MENA) region? State your role as the Prime/Sub? Please list contracts/task orders and the dollar value of the contract/task order. Note which contract/task order where you provided at least fifty percent (50%) of the labor utilized in the work.b. Is your company currently providing similar services under any other USG or commercial contracts? If yes, please list contracts/task orders and the dollar value of the contract/task order?c. Does your company solely focus on providing this type of support services for helicopter airfield operations and maintenance to the DOD OCONUS? If yes, please identify what countries are involved? Were the OCONUS requirements performed by foreign or domestic employees? What are your historical records of your Rate of Return (ROR) for repairs of your OCONUS customers?d. It is anticipated to use Government Furnished Property (GFP) and/or Contractor Acquired Property (CAP) to perform the proposed effort in the pending Draft PWS. Was any GFP/CAP used or provided as part of the contracts/task orders from 4.b. above? If yes, please provide examples.e. Are there portions of the requirement described in the PWS and PRS that raise concerns? If so, please state your concerns. f. Based upon the PWS and PRS attached, are there any aspects that are vague and do not allow a clear understanding of the requirements?g. Are the performance standards and performance thresholds stated in the PRS appropriate for effective airfield operations and maintenance? What changes would you recommend and why?h. Due to unique performance requirements of airfield operations and maintenance support services associated with the KSA, legacy DOD, and rotary winged aircraft, the USG anticipates teaming arrangements with vendors possessing unique skills/expertise. Describe your experience in establishing similar support for these aircraft operated by foreign military/government agencies.i. Describe your experience in complying with the International Traffic and Arms Regulations, and obtaining End User Certificates and Import-Export Licenses? Please provide examples.j. Briefly describe your relationship or reach-back capability to the Original Equipment Manufacturer (OEM) (CONUS or OCONUS based) for any of the aircraft.5. OTHER INFORMATIONPlease provide a complete response to all questions above.  Please also provide any comments, innovative ideas, performance or quality incentives and measurements, best industry practices, or acquisition streamlining ideas that might enhance the acquisition program. An industry day and one-on-one potential vendor meetings related to this procurement is anticipated to take place either virtually or 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-one meetings. However, these dates are estimates and subject to change without notice.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, February 2009 or currant date).  Any awarded contract will include the DFARS 252.228-7001 Ground and Flight Risk clause.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 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 8.5x11 inch paper with one inch margin and no smaller than 12 point Aerial font.  Line spacing shall be set no less than single space. 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 CodesSubmit comments related to this announcement in writing to Alissa Rohm, Contract Specialist, and Lukas Darland, Contracting Officer.**Note: This RFI/Sources Sought (W90BRJ22R0AOM) is related to the former Sources Sought W90BRJ22RFI0002.

ARMY CONTRACTING COMMAND ROCKISLAND BLDG 350 RODMAN AVE  ROCK ISLAND , IL 61299-5000  USALocation

Place Of Performance : ARMY CONTRACTING COMMAND ROCKISLAND BLDG 350 RODMAN AVE ROCK ISLAND , IL 61299-5000 USA

Country : United StatesState : Illinois

You may also like

FACILITIES MAINTENANCE

Due: 17 Sep, 2025 (in 16 months)Agency: DEPT OF DEFENSE

Citywide Streetlight Operation and Maintenance Services

Due: 09 May, 2024 (in 10 days)Agency: Community Development

Maintenance, Repair, and Operations Supplies and Services

Due: 31 May, 2024 (in 1 month)Agency: Fort Worth Independent School District

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.