The main service required is engine repair services. The main North American Industry Classification System (NAICS) code for the requirement is 336412 - Aircraft Engine and Engine Parts Manufacturing, and the applicable small business size standard is 1,500 employees.
NAICS: 336412
NAICS Description: Aircraft Engine and Engine Parts Manufacturing
Small Business Size Standard: 1,500 employees
NAICS: 336413
NAICS Description: Other Aircraft Part and Auxiliary Equipment Manufacturing
Small Business Size Standard: 1,250 employees
Applicable to all Services: Services shall be performed in accordance with (IAW) the objectives and responsibilities outlined in Public Law, DoD/Air Force (AF) series directives, Air Education Training Command (AETC)/group/host base instructions, regulations, plans and applicable equipment and/or general support technical orders/data.
a. Provide all vehicles, tools, supplies and materials unless specified in the performance work statement (PWS) as government furnished or provided.
Note: Replacement tools for the common tools provided will be replaced through the tool warranty program or by the service provider.
b. Perform all required resource management functions to assist the government in planning, programming, budgeting, executing and managing costs associated with the acquisition of engine parts, equipment, special tools and other associated government furnished material. Resource management functions include development preparation, submission and maintenance of financial plans and budgeting estimates.
c. Perform all computer client support administrator responsibilities within each functional area for Government provided equipment.
d. Perform records management for all generated and received government documents.
e. Perform in an environmentally acceptable manner.
f. Establish an occupational health and safety program for employees which comply with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926, including applicable DoD and AF Safety Guidelines required to protect Government resources and the general public to include host base safety requirements. Comply with Air Force Safety and Health (AFOSHSTD) Standards.
g. Comply with all DOD, Air Force, and host base security requirements, to include personnel security clearances, and traffic rules.
Applicable to Jet Engine Maintenance Services: Provide scheduled and unscheduled maintenance support IAW AFI 21-101, AFI 21-101_AETCSUP and AFI 21-104 primarily for Laughlin AFB, TX, Randolph AFB, TX, Sheppard AFB, TX and Vance AFB, OK. Occasional support may be required for Columbus AFB, MS. The services include the following:
a. Organizational level on-equipment maintenance (directly on the engines or support equipment at field level) services to include the following (not inclusive): Ground handling support, records documentation (applicable forms documentation ), servicing, safety of flight, periodic (PE)/hourly post flight (HPO)/jet engine intermediate maintenance (JEIM) inspections, corrosion prevention and cleaning, scheduled and unscheduled maintenance and repair, nondestructive inspection (NDI), machine shop, test cells, paint and corrosion control, accessory repair, non-powered aerospace ground equipment (NPAGE), electric shop, structural repair shop, accessory shop, welding shop, and balancing shop.
b. Consolidated Engine Maintenance System (CEMS), plans scheduling and documentation (PS&D), maintenance data systems analysis, and engine management.
c. Perform engine testing utilizing the test cell facility (to include joint oil analysis (JOAP) testing)
d. Provide user maintenance of all non-powered Aerospace Ground Equipment and equipment used in support of engine maintenance.
e. Provide transportation and transport engines to and from supported bases.
ACQUISITION INFORMATION
The government is contemplating a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity contract with either seven (7) or ten (10) one-year ordering periods. Contract performance is expected to begin 1 October 2018 with a 30 day mobilization period beginning 1 September 2018. These dates are subject to change. The planned North American Industry Classification System (NAICS) code is 336412, (Aircraft Engine and Engine Parts Manufacturing), with the applicable small business size standard of 1,500 employees.
The Government will conduct a source selection in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 15 and any applicable supplements. Potentially interested parties/offerors seeking additional information pertaining to this acquisition are instructed to send written inquiries to the Lead Contract Negotiator, Capt Jessica Greathouse at [email protected] or to the Contracting Officer, Ms. Gloria Marshall at [email protected]. Inquiries directed to other Government personnel are prohibited.
The Government will post information regarding this solicitation e.g. the draft Performance Work Statement (PWS) and the draft Request For Proposal (RFP) on the Federal Business Opportunities website (www.fbo.gov) under solicitation number FA3002-16-R-0024 as soon as it becomes available. Information contained in this RFI is subject to change. It is the responsibility of prospective offerors to check this site regularly for any changes or updates.
SMALL BUSINESS ISSUES
The Government reserves the right to determine whether a Small Business (SB) set-aside is appropriate for this acquisition based on responses to this notice. In order to support a Government SB set-aside determination, interested SB concerns must provide sufficient written information to indicate their capability to successfully perform and manage all the requirements of this magnitude.
Prime contractors or large businesses provide for the significant use of small and small disadvantaged business subcontractors known as Small Business Subcontracting. As of this posting, the most current Department of Defense subcontracting SB goals are indicated as follows:
Subcontracting
Small Business 34.5%
HUBZone Small Business 3.0%
Service-Disabled Veteran-Owned Small Business 3.0%
Small Disadvantaged Business 5.0%
Women-Owned Small Business 5.0%
SUBMISSION OF RESPONSES
To participate in this RFI, please complete the attached "Prospective Offeror Capability and Interest Survey" form. The purpose of using the survey format in lieu of a free format is to obtain pertinent and uniformed information from all interested potential offerors. Please e-mail the completed survey form to the primary point of contact, Capt Jessica Greathouse, at [email protected] as soon as practicable, but no later than 12:00 p.m. CST on 15 June 16. NOTE: The Government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition.
DISCLAIMER
This is NOT a request for proposal, request for quote, or invitation for bid. This Source Sought notice is NOT to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this Sources Sought. The Government will not be responsible for any costs incurred by interested parties in responding to this request for information. Contact with Government personnel, other than those specified in this Sources Sought, by potential offerors or their employees regarding this requirement is not permitted.