EFFECTIVE 01 JULY 2025, SOURCES SOUGHT N00019-28-RFPREQ-APM271-0009 IS CONSIDERED ON HOLD AND UNDER REVIEW BY THE GOVERNMENT. THE ESTIMATED AWARD DATE IS HEREBY REVISED FROM SECOND QUARTER FISCAL YEAR (FY) 2027 TO FIRST QUARTER FY 2028.
THE CURRENT POSTED SOURCES SOUGHT RESPONSE DATE OF 19 DECEMBER 2024 WILL BE REVISED IN THE NEAR FUTURE.
PLEASE NOTE – THIS AMENDMENT SHALL NOT BE VIEWED AS A REQUEST FOR FURTHER SUBMISSION BY INTERESTED PARTIES. PLEASE CONTINUE TO MONITOR SAM.GOV FOR ANY FUTURE UPDATES/CHANGES TO THIS REQUIREMENT/OPPORTUNITY.
INTRODUCTION
Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control and Communications Program Office (PMA-271), requires Contractor Logistics Support (CLS) services for the United States Navy E-6B aircraft program.
The responses to this notice will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-aside categories businesses (including the following subsets, HUBZone Small Business concerns; Certified 8(a) Small Business concerns, Service-Disabled Veteran-Owned Small Business concerns, Woman-Owned Small Business concerns) will be considered. In addition, this market research tool is being used to identify potential and eligible firms, of all sizes, and utilized by the Government in developing its acquisition/contracting strategy and Performance Work Statement.
NAVAIR intends to award a single contract for this action.
Period of Performance: Base period of 12 months and four option periods of 12 months each
Potential Places of Performance:
PAX NAS, Maryland
20% of Total Effort
50% On-Site Government
50% Off-Site Contractor
Offutt AFB, Nevada
10% of Total Effort
50% On-Site Government
50% Off-Site Contractor
Travis AFB, California
20% of Total Effort
50% On-Site Government
50% Off-Site Contractor
Tinker AFB, Oklahoma
50% of Total Effort
50% On-Site Government
50% Off-Site Contractor
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 COMMITMENT 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
THE INFORMATION PROVIDED IN THIS NOTICE IS SUBJECT TO CHANGE AND IS NOT BINDING ON THE GOVERNMENT.
PROGRAM BACKGROUND
These services are currently being performed under the following contract:
1. Indefinite Delivery Indefinite Quantity (IDIQ) N6134019D1010, Task Order N0001921F0094
2. Contract Type (FFP, Cost)
3. Incumbent: Vertex Aerospace LLC (CAGE 1P066)
4. This was a not a small business set aside award.
5. This contract is available at http://foia.navair.navy.mil.
REQUIRED CAPABILITIES
The E-6B aircraft is a Boeing 707-320 commercial-derivative communications aircraft that is operated by the United States Navy (USN). It carries no Federal Aviation Authority (FAA) or FAA-like certifications.
The Contractor will be required to provide CLS services to include supply chain management, warehouse and warehouse personnel management, and Support Equipment (SE) maintenance and training in support of the E-6B aircraft. The Contractor will furnish and deliver material required to support O-level maintenance for the aircraft and mission systems performed by the Government at the Main Operating Base (MOB) and Forward Operating Bases (FOB).
Only U.S. DoD contractors are eligible. Additionally, except for part supplier subcontractors, all prime and subcontractor employees performing services under a resulting contract must be U.S. citizens.
In addition to the requirements above, please note that under a Small Business Set-Aside, the small business prime must perform at least 50% of the work themselves in terms of cost of performance. Cost of performance includes direct labor and overhead costs that has only direct labor as a base and the small business’ General and Administrative rate multiple by labor costs. The small business prime cannot utilize the cost performance of other small businesses it utilizes as subcontractors in calculating its performance to comply with FAR 52.249-14. If a prime is a joint venture, the cost of performance by both the small business concerns is utilized in calculating its performance to comply with FAR 52.219-14.
The Government will not provide funding for a new business to enter the market for costs incurred to support any of the requirements identified above.
SPECIAL REQUIREMENTS
ELIGIBILITY
The contemplated NAICS code for this requirement is 488190 (Other Support Activities for Air Transportation) with a Small Business Size Standard of $40M. The contemplated Product Service Code (PSC) is J015 (Maint/Repair/Rebuild of Equipment-Aircraft and Airframe Structural Components).
All vendors must be registered in Systems for award Management (SAM Database) with its DUNs number and Commercial and Government Entity (CAGE) Code in order to conduct business with the Department of Defense.
SUBMISSION CONTENT
The requested information below is to assist the Government in conducting market research to determine potential business sources that have the assets, skills, experience, financial stability, qualifications, and knowledge required to support the requirements above.
Corporate Information
SPECIFIC SOURCES SOUGHT INFORMATION REQUESTED
Interested respondents should provide a capability statement that includes a how they plan to satisfy the requirements defined herein and should at a minimum include the following:
Respondents are advised against submitting a Capability Statement that merely mimics information within this notice, providing brochure-like information or general information.
SUBMISSION DETAILS
Means of Delivery: All capability statements should be sent via email to Chris Colyer at [email protected] and Lisa Troccoli at [email protected] with the subject “[CONTRACTOR NAME] E-6B CLS”. Large files (>5MB) may not be receivable due to the Navy Marine Corps Intranet security.
Media: Responses shall be in Microsoft Work and/or Microsoft Excel format, or Portable Document Format (PDF). Microsoft Office versions older than 2016 may not be accessible for NAVAIR.
Page Limit: Responses shall be no more than 10 pages single-spaced, 8.5 x 11 inch pages using 12-point Times New Roman font minimum.
Marking: If the material provided contains proprietary information, please mark accordingly, and provide disposition instruction (submitted data will not be returned). All responses must be unclassified.
The Government is under no obligation to provide responses or comments to the information received from interested persons, but may request additional information following review.
Questions regarding this notice must be emailed to the Government point of contacts identified within this notice.