The Naval Air Systems Command (NAVAIRSYSCOM) and the AV8B Harrier Program Office (PMA 257) are seeking eligible small business firms capable of providing AV-8B Organizational Level maintenance training support to the U.S. Government. The resulting contractor will be responsible for ensuring that AV-8B maintenance training will be provided to USMC ?O-level? maintenance personnel, at MAGs-13/14, by executing assigned maintenance tasks and career progression training requirements as defined by USMC Maintenance Training Management and Evaluation Program (MATMEP), Aviation Maintenance Training Continuum System (AMTCS), Aviation Logistics Electronic Requirement Tracking System (ALERTS) and other equivalent training requirements as well as the specific tasking that is identified in subsequent sections of this sources sought. It is expected that the resulting contractor will use a combination of classroom training techniques (formal lecture, computer based training, etc.) and on-hands flightline maintenance training and aircraft/system troubleshooting, both individualized and in small group settings in support of this requirement. The primary objective of this contract will include the targeting of AV-8B maintenance degraders that are problematic for the fleet (i.e. preventing Ready Basic Aircraft (RBA) goals from being met) and will include the identification and implementation of training solutions that will reduce the impact of these maintenance degraders on the fleet. Specifically degraders that are a source of high Non Mission Capable Supply (NMCS) and Maintenance (NMCM) hours. A secondary objective, but of equal importance, of this contract will be to increase the experience level of entry level Marines and Marines returning from ?B? billets. Satisfying both of these objectives will require a contractor that can develop a training strategy that encompasses creative solutions that will provide cost effective, timely and efficient maintenance training for the AV-8B Fleet.
Training responsibilities expected from the resulting contractor include; training identification, training development, training delivery in both a classroom setting and on-hands flight-line environment, training feedback/effectiveness (testing/monitoring) and training scheduling. The resulting contractor shall provide the required level of supervision in order to satisfy the training metrics that will be established within the contract Performance Work Statement (PWS). All maintenance, troubleshooting and training to be performed shall be in accordance with COMNAVAIRFORINST 4790.2 series and T/AV-8B aircraft specific and common series manuals and shall be performed by technicians thoroughly trained and knowledgeable in the operation and maintenance of AV-8B systems as specified in the individual skill/MOS classifications identified as follows: Aircraft Avionics Technician T/AV-8B (Equivalent to MOS 6315 and 6335) Skill Summary: Aircraft avionics systems technicians test, troubleshoot, install, remove, inspect, maintain and repair systems components and ancillary equipment of installed communications/navigation/ electrical/weapon/radar/display/flight control systems. Possess a minimum of 10 years experience in the assigned skill designator; Airframe Technician T/AV-8B (Equivalent to MOS 6252) Skill Summary: Airframe technicians test, troubleshoot, install, remove, inspect, maintain, repair, align/rig system components and ancillary equipment of installed flight control/fuel/hydraulic/aircraft structure/landing gear/steering/braking systems. Possess a minimum of 10 years experience in the assigned skill designator; Powerline Technician T/AV-8B (Equivalent to MOS 6212) Skill Summary:
Powerline technicians test, troubleshoot, install, remove, inspect, maintain, repair, align/rig system components and ancillary equipment of installed flight (nozzle) control/fuel/engine/water/aircraft structure systems. Possess a minimum of 10 years experience in the assigned skill designator; Egress/Environmental Control Technician T/AV-8B (Equivalent to MOS 6282) Skill Summary:
Egress/Environmental Control technicians test, troubleshoot, install, remove, inspect, maintain, repair, align/rig system components and ancillary equipment of installed ejection seat/canopy/ECS systems. Possess a minimum of 10 years experience in the assigned skill designator; Supply Support Technician Skill Summary: Supply support technicians will assist MALS supply to resolve high priority requisitions that impact aircraft readiness. Additionally they will perform technical research as required to validate part number and NSN relationships, determine sources of supply, and perform tasks associated with the implementation and execution of the HISS PBL.
In addition to being knowledgeable in the required skill/MOS classifications, a certain percentage of the resulting contractor trainers assigned at both sites will be instructor certified (To be finalized in the Solicitation PWS). The resulting contractor will be required to provide a detailed Monthly Report to MALS-13/14 AMOs (in cockpit chart format), that will also be reported during the AV-8B Monthly TMS Leadership Meetings to both MAG-COs and PMA-257. In addition, to the metrics that will be outlined in PWS, the following training requirements will be reported: unscheduled and scheduled training events accomplished during the month; training deficiency trends noted and solutions to correct; deficiencies in technical publications; ?bad actor? components; aircraft mission aborts; and logistics elements that are affecting RBA goals (i.e. lack of SE, etc).
Additional specific responsibilities of the resulting contractor will include: The providing of a single Program Manager who has the authority and the necessary staff to accomplish the AV-8B performance requirements identified in the PWS. The Program Manager shall attend AV-8B NAVRIIP meetings; Also, managerial, technical, and administrative requirements for the contractor?s workforce will be provided by the resulting contractor On-site Program Managers at both MAGs. These on-site program managers will be responsible for coordinating daily work activities and providing necessary liaison with the MALS AMOs and designated Squadron MMCOs. The on site program managers shall serve as the contractor?s single point of contact for the MALs AMOs. Responsibilities include, but shall not be limited to participating in, at a minimum, quarterly Performance Review Boards (PRBs) with the PCO/CORs/AMOs, ensuring timely resolution of business and technical problems, implementing corrective action in accordance with the terms and conditions of the contract, and acting as the focal point for all training activity and provide the strategic planning required in support of the contract, attending reguired MALs AMO meetings. The resutling contractor will also be responsible for providing a knowledgeable and effective maintenance training workforce with an emphasis on the following MOS?; 6312/6332 (Avionics), MOS 6252 (Airframes), MOS 6282 (Seat Mechanic), MOS 6212 (Power line), and MOS 6672 (Aviation Supply). The resulting contractor must also comply with all aviation maintenance training policies and requirements as outlined in the CNAFINST 4790 and other local policies in support of safety, tool control, foreign object damage (FOD) prevention, required by the Marine Corps. In addition resulting contractor personnel will be expected to comply with all installation regulations. The resulting contractor will also support the following standard work week consisting of a 40 hour work week. The standard 40 hour work week is defined as five eight hour days. This may include non standard workdays/shifts to support the MAGs requirement for night flying or other aircraft maintenance requirements. Overtime, when required, will be approved by the MALS AMO and COR, and contractor holidays will coincide with MAG recognized holidays.
There may be Deployment support required by the resulting contractor to support deployments (both CONUS, OCONUS) and will be considered ?over and above? and will be approved by the MALS AMO and COR.
The resulting contractor will be responsible for providing required work attire, safety boots, and approved Personal Protection Equipment. Also, the resulting contractor will be responsible for establishing electronic capability to develop, deliver, record and report required training, as well as, establishing a 24x7x365 hotline number for Government access. The resulting contractor will host quarterly Performance Review Boards (PRBs) at Government sites as directed, and will establish, implement, document and maintain a quality system that ensures conformance to all applicable requirements of ISO 9001 (inclusive of any subcontractors and vendors).
Based on a review of industry response to the Sources Sought Synopsis, the Government will decide an appropriate procurement strategy. This office anticipates award of the contract(s) for this requirement no later than 19 December 2008. The period of performance for the resulting contract(s) will be one base year and four one-year options.
It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, as a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services described herein; (2) company profile to include number of employees, annual revenue history, office location (s), DUNS number, and a statement regarding current small business status; (3) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel; and (5) a statement regarding capability to obtain the required industrial security clearances for personnel. The capability statement package shall be sent by mail to contracts, Code 2.2.4.2.2, Vicki Dean, 47123 Buse Road, Building 2272, Suite 453, Patuxent River, MD 20670, or by facsimile to 301-757-7054. Submissions must be received at the office sited no later than 4:00 p.m. Eastern Time on 28 March 2008. Questions or comments regarding this notice may be addressed to Vicki Dean at 301-757-5209 or via email at
[email protected].
Bid Protests Not Available