Aviation Support Services

expired opportunity(Expired)
From: Federal Government(Federal)
PANMCC-23-P-0000011848

Basic Details

started - 10 May, 2023 (11 months ago)

Start Date

10 May, 2023 (11 months ago)
due - 31 May, 2023 (11 months ago)

Due Date

31 May, 2023 (11 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
PANMCC-23-P-0000011848

Identifier

PANMCC-23-P-0000011848
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710334)DEPT OF THE ARMY (133307)AMC (72695)ACC (75079)MISSION & INSTALLATION CONTRACTING COMMAND (25858)418TH CSB (3747)W6QM MICC-YUMA PROV GRD (216)

Attachments (1)

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.

Yuma Proving Ground (YPG) Aviation Support Services (AVSS)Request for InformationThis is a Request for Information (RFI) only.This RFI is for market research and planning purposes and does not constitute a Request for Proposal (RFP). The Government will not reimburse respondents for any cost associated with the submission of information being requested or reimburse expenses incurred to the interested parties for responses. No awards will be made from the responses to this announcement. However, responses may be used to determine the appropriate acquisition strategy for a future procurement.In attempt to bolster government and industry coordination and partnership in supporting the Aviation Support Services (AVSS) at the United States Army Yuma Proving Ground (USAYPG), AZ. This RFI is being issued to inquire about procuring augmented operation, maintenance, and servicing of all assigned aircraft at Laguna Army Airfield (LAAF) and to provide Aviation Services for aviation customers.
LAAF presently operates and maintains four (4) UH-60A helicopters and one (1) Cessna Caravan C208B Cargo-master airplane as instrumentation platforms.Refer to Attachment 1 - Draft AVSS Performance Work Statement.The Government anticipates pursuing a contract strategy of a single award Firm Fixed Price type contract. The anticipated performance period is expected to be 5 years.INFORMATION REQUESTED We look forward to reviewing your ideas for this acquisition. Please remember: accuracy, brevity and clarity. Each response should site the question number and the entire question. All responses should be in Microsoft Word (1.5 spaced 8.5”x11” using Arial 12 point font) and should not exceed 35 pages and include the following information:1. Company InformationCompany NameMailing AddressCompany WebsiteCage Code and Unique Entity Identifier number2. Company Point of ContactNameTitleMailing AddressEmail AddressPhone Number3. Please identify your company's business size standard based on the primary North American Industrial Classification System (NAICS) code of 488190. For more information, refer to http://www.sba.gov/.Large Business ConcernSmall Business (SB) Concern8(a)Small Disadvantaged Business (SDB)Woman-Owned Small BusinessHistorically Underutilized Business Zone (HUB Zone)Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business4. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 3, then is your company interested in a prime contract for the above RFI? As a SB and your company is awarded a contract, will you be able to perform at least 50% (percent) of the work?5. Refer to the major functional areas of the AVSS PWS, the areas are defined in greater detail in Part 5 of the PWS. Does your company possess the capabilities to provide the entire range of these requirements? If not, please list which requirements your company can provide.6. Has your company performed this type of effort or similar types of effort (to include size and complexity) in the past for another government agency or other non-government customer? Please provide up to three examples of similar work that your company has performed as the prime contractor supporting the requirement:Contract Number(s).Period of Performance.Statement regarding relevancy of the scope of work to this RFI.Total dollar value or ceiling of entire contract.If IDIQ: Aggregate dollar value of work performed or task orders issued to your firm as the prime contractor.7. Does your company have or is it capable of obtaining a TOP SECRET facility clearance?8. Does your Company have policies, procedures, and practices for preparing cost estimates/price proposals that provide reasonable assurance that costs estimated are allowable, allocable and reasonable for government contracts in accordance with the FAR and contract terms? 9. What percentage of the effort would you ensure small business participation?10. This prospective contract must adhere to Collective Bargaining Agreement (CBA) labor rates. How will you control cost growth in the out years for CBA negotiations? What is your approach for ensuring that rates will not deviate substantially from contract award throughout the life of the contract? What is your approach to negotiating CBAs?11. Any other comments to consider not addressed above.

Yuma Proving Ground ,
 AZ  85365  USALocation

Place Of Performance : N/A

Country : United StatesState : ArizonaCity : Yuma Proving Ground

You may also like

RADIATION SUPPORT SERVICES

Due: 30 Sep, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 488190Other Support Activities for Air Transportation
pscCode J015Maintenance, Repair and Rebuilding of Equipment: Aircraft and Airframe Structural Components