Logistics Support Facility (LSF6) - Sources Sought, Requirement, Industry Day Announcement

Agency:
State: Alabama
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159018737417563
Posted Date: Mar 7, 2024
Due Date: Apr 18, 2024
Source: Members Only
Follow
Logistics Support Facility (LSF6) - Sources Sought, Requirement, Industry Day Announcement
Active
Contract Opportunity
Notice ID
PANRSA-24-P-0000-005928
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Mar 07, 2024 02:08 pm CST
  • Original Published Date: Mar 07, 2024 11:51 am CST
  • Updated Response Date: Apr 18, 2024 12:00 pm CDT
  • Original Response Date: Apr 18, 2024 12:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 03, 2024
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA
Description

DISCLAIMER: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not currently available. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever.





All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on https://sam.gov/. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.





1.0 RFI Overview: The United States Government (USG) Army Contracting Command -Redstone Arsenal (ACC-RSA) is conducting market research to determine interest and availability of potential sources to provide non-recurring engineering in support of Modification Work Orders (MWOs) associated with Army Aviation modifications, the application of these modifications to the fleet, and the logistics support activities associated with supporting the Aviation and Missile Command's (AMCOM) Logistics Support Facility Management Activity (LSFMA). The LSFMA is a Government office that provides contractual support to Army Aviation programs and activities for non-recurring and recurring modification efforts on Aviation platforms and support equipment. The USG seeks to identify potential sources in the open market that possess the expertise, capabilities, and experience to meet the requirements necessary to support the Logistic Support Facility 6 (LSF6) requirement.





2.0 Description:





2.1 Mission: The mission of the LSFMA is to establish a supply requirement wherein the contractors provide rapid responses to aviation systems owned or supported by the Program Executive Office (PEO) Aviation, Army Materiel Command (AMC), and AMCOM. This includes support to legacy systems and variants for Army Aviation Systems operated by other government agencies and Foreign Military Sales (FMS) countries. It includes the non-recurring engineering in support of MWOs associated with Army Aviation modifications, the application of these modifications to the fleet, and the logistics support activities associated with supporting aviation customers.





2.2 Anticipated Period of Performance: It is anticipated that the LSF6 requirement will be competed as a full and open competition and awarded as a Multiple Award Indefinite Delivery Indefinite Quantity (MAIDIQ) Contract with an anticipated 8-year ordering period. The MAIDIQ contract will bind the successful contractors to labor rates and other factors for pricing individual orders and modifications to orders. Individual orders under the multiple award concept will be competed amongst the MAIDIQ Awardees. Orders may be issued as either Fixed Price or Cost Reimbursable with possible performance incentives.





2.3 Anticipated Primary Place of Performance: The anticipated primary place of performance is Huntsville, Alabama, and temporary duty locations as necessary by specific requirements. The anticipated LSF6 contract will require the Contractor’s primary aircraft facility to be within the Redstone Area of Responsibility (AOR) which includes the Huntsville-Decatur, Al Combined Statistical Area (CSA) (290), Albertville, Al Micropolitan Statistical Area (MSA) (10700), and Scottsboro, Al MSA (42460) as defined by the Executive Office of Management and Budget within OMB Bulletin #20-01 dated 6 March 2020. This area hereafter referred to as Redstone AOR. Additionally, the contractor must possess capability to perform LSF6 requirements, as required, on a temporary basis in and / or on a Government facility. The NAICS code for the LSF6 effort is code 336411, Aircraft Manufacturing. The size standard is 1500 employees. These contracts will include DFARS 252.228-7001 Ground and Flight Risk clause.





2.4 Draft Statement of Work (SOW): The overarching SOW will describe the mission areas and a description of the type of work that may be issued as orders under the MAIDIQ contract (Attached). The SOW will include facility and equipment requirements of the contract that a successful offeror must have in order to perform the delivery orders issued under the resulting contract. The LSF equipment is required to be provided by the contractor as capital equipment. The individual orders will contain the specific equipment to be provided as Government Furnished Equipment / Property. The contractor is required to maintain and calibrate the equipment while it is in their possession and to provide any other equipment necessary to perform the work.





2.5 Draft Job Descriptions and Associated Qualifications: The draft job descriptions and associated qualifications include job descriptions from the previous contracts associated with these efforts. These job descriptions are not final but are meant to provide potential offerors with a representative sample of the personnel and skills required.





3.0 Requested Information: Interested contractors are requested to review the accompanying DRAFT SOW for the LSFMA efforts and respond to the Contracting Officer POC with any comments, innovative ideas, performance or quality incentives and measurements, best industry practices, or acquisition streamlining that might enhance the SOW or the LSFMA program.





4.0 Other Information





4.1 Industry Day: An industry day related to this acquisition is anticipated to take place in the Huntsville, Al. area at Building 3777 Maintenance Row, Redstone Arsenal on Wednesday, 24 April 2024 at 0900. Attendance is limited to five individuals from any one company. Please provide an email listing the five attendees and a point of contact to usarmy.redstone.acc.mbx.acc-rsa-lsf6-supply@army.mil, NLT Noon CST on Thursday, 18 April 2024. The briefing will last approximately 60 minutes.





4.2 Formal Solicitation: Any formal solicitation(s) will be announced separately. It is anticipated that a draft solicitation for industry's comments may be released in the 3rd quarter of Calendar Year (CY) 2024 with a final solicitation (Request for Proposal) issued in the 1st quarter of CY 2025; however, these dates are estimates and subject to change without notice.





4.3 Source Selection: Source Selection will be conducted per applicable guidance of FAR part 15, DFARS part 215 and AFARs part 5115 (to include Army Source Selection Manual, AFARs appendix AA, February 2009 or current date) as well as Army Contracting Command and AMCOM directives. Current Government source selection guidance at time of evaluation will be implemented.





4.4 Small Business Set-Aside Determination: It is anticipated that the LSF6 MAIDIQ contract will continue as a Small Business Set-Aside. The Government reserves the right to decide whether or not a Small Business Set-Aside, full or partial, is appropriate for this acquisition based on responses to this notice. In order for the Government to make a Small Business set-aside determination, it is essential that Small Business concerns provide sufficient written information to indicate their capability to successfully perform and manage all the requirements. It is anticipated that the extent to which a prime contractor provides for the significant use of small and small disadvantaged business subcontractors will be a consideration in the evaluation of proposals.





5.0 Comments/Responses: All current information regarding this requirement is posted on the SAM website under LSF6. Only comments and notifications of interest, not questions, are requested under this RFI. Submit comments and /or notifications of offeror interest relating to the announcement in writing only to usarmy.redstone.acc.mbx.acc-rsa-lsf6-supply@army.mil NLT 18 April 2024. Absolutely no telephone calls will be accepted in response to the RFI.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >