INTRODUCTION
The Commander, Fleet Readiness Center (COMFRC) Procurement Group (PG), in support of the Naval Air Technical and Engineering Services Center (NATEC), San Diego, intends to procure Contractor Engineering Technical Services (CETS) Contractor Field Services (CFS). Services will include on and off-site training, technical guidance and advice to resolve unusually complex technical problems. NATEC requires Corrosion Control CETS in support of the F-18, H-60, E-2, C-2, H-1, H-53, V-22, P-3, P-8, C-130, AV-8B, F-35, and EA-6B series aircraft systems and sub-systems. It is essential that the listed aircraft be mission-ready and able to perform their military tasking with the minimum possible failures or faults.
Various Fleet shore activities for the purpose of informing, instructing, and training Navy, Marine Corps military and civilian personnel to be proficient in the prevention, inspection and treatment of corrosion. CFS technical expertise is categorized by Aviation Core Disciplines Airframe (AF). This acquisition is for CFS type of Engineering Technical Services (ETS) in support of Corrosion control on all associated aircraft listed in Statement of Work (SOW) section 3.3.3 Systems Supported.
Various Fleet shore activities as well as CVN and L class ships providing technical advice, assistance and on the job training (OJT) to Navy, Marine Corps military and civilian personnel on the acceptance, installation, operation, and/or maintenance of Common Support Equipment, to include but not limited to: Ground Support Equipment (GSE), Non Destructive Inspection (NDI) equipment, Oil Analysis Spectrometer, and welding equipment. CFS technical expertise is categorized by Aviation Core Disciplines Airframe (AF), Powerplant (PP), and Support Equipment (SE).
Please see the DRAFT Statement of Work (SOW) (Attachment 1) for the entire set of requirements.
DISCLAIMER
THIS REQUIREMENT WILL BE SOLICITED VIA SEAPORT NX-G.
ALL LARGE AND SMALL BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT A CAPABILITY STATEMENT VIA THE SEAPORT NX-G PORTAL. THE RESULTS OF THIS SOURCES SOUGHT WILL BE UTILIZED TO DETERMINE IF ANY SMALL BUSINSS SET-ASIDE OPPURTUNITIES EXIST. ALL SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED.
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.
PROGRAM BACKGROUND
This acquisition is for personnel to inform, instruct, and train Navy, Marine Corps military and civilian personnel to be proficient in the prevention, inspection and treatment of corrosion I support of various airframes in accordance with the Draft Statement of Work, Attachment 1.
RESPONSE
The response shall provide a capability statement that clearly indicates the firm’s experience, assets, background, and ability to perform the required work without compromising the quality, accuracy, reliability, and schedule.
SUBMITTAL INFORMATION (CAPABILITIES STATEMENT)
Interested businesses shall submit brief capability statements (no more than 10 pages in length, single spaced, 12 point font minimum) electronically via the SeaPort NX-G portal no later than 12:00PM Eastern Standard Time (EST) on June 21, 2021.
All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. All data received in response to this Sources Sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted.
Capability statement packages should demonstrate the ability to perform the services listed in the attached SOW. This documentation must address, at a minimum, the following:
If the company finds itself not capable to perform all parts of the SOW, please specify which portions of the SOW it is not capable of accomplishing. If the company will be teaming or utilizing subcontracts, please include information regarding which work the subcontractor will be responsible for and how the prime will determine the subcontractor is capable of accomplishing the work. If your company has any questions about the structure of the SOW, or areas that may need further definition, please also identify those in the response.
Responses to this Sources Sought, including any capability statements and communications regarding this solicitation, shall be submitted electronically via the SeaPort NxG portal. All responses must be sufficient in detail to permit agency analysis to establish bona fide capability to meet requirements.
Contract Specialist / Primary Point of Contact: Jeffrey Smith
Email: [email protected]
Secondary Point of Contact: Tiffany L. Crayle, Procuring Contracting Officer
Email: [email protected]