Integrated Modifications and Maintenance of Three (3) E-6B Aircraft Simultaneously

Agency:
State: Louisiana
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159930663829913
Posted Date: Jan 25, 2024
Due Date: Feb 9, 2024
Source: Members Only
Follow
Integrated Modifications and Maintenance of Three (3) E-6B Aircraft Simultaneously
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-APM271-0206
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 25, 2024 01:59 pm EST
  • Original Response Date: Feb 09, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Lake Charles , LA 70615
    USA
Description

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.



This Sources Sought Notice is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 to determine potential sources and their technical capabilities. The results of this sources sought will be utilized to determine if the required service exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered.



INTRODUCTION



The Naval Air Systems Command (NAVAIR), Airborne Strategic Command, Control, and Communications Program Office (PMA-271) located in Patuxent River, Maryland is issuing this sources sought notice is to induct an additional E6-B aircraft into the Integrated Modification and Maintenance upgrade line simultaneously with the two aircraft already inducted, with the goal to minimize aircraft out-of-service time, enabling this low density/high demand platform to meet readiness requirements.



The E-6B is a derivative of the commercial Boeing 707 aircraft: a long range, narrow-body, four-engine jet airliner that carries a Very Low Frequency (VLF) communication system with dual trailing wire antennas and other mission essential communications equipment.



The upgrade efforts herein are comprised of five (5) modifications that include Auxiliary Power Unit (APU), Multi Role-Tactical Common Data Link (MR-TCDL), Presidential Network Voice Conferencing (PNVC), Family of Advanced Beyond Line-of-Sight Terminals (FAB-T), and Digital Red Switch System (DRSS), and can be combined with maintenance efforts and/or other modifications as necessary. Other modifications include Kapton Wiring Forward Lower Lobe and Fuel Tank Sealant Upgrade (FTSU). This effort also includes Depot (D-Level) and Organizational (O-Level) maintenance, including In-Service Repair/Planning and Estimating, inspections, repairs, strip and painting, and the capability to provide Contractor Field Team (CFT) support. The Contractor is responsible to work within Northrup Grumman Systems Corporation facilities, and provide labor, services, equipment, tools, and materials not explicitly stated as Government Furnished Property (GFP) to perform the requirements of this Task Order.



The anticipate period of performance is two (2) years from the date of the award.



The work location will be Lake Charles, Louisiana to support the sharing of aircraft specific support equipment and specialty tooling.





CONTRACT/PROGRAM BACKGROUND



Integrated Modifications and Maintenance of two (2) E-6B Aircraft Simultaneously is currently being conducted on:




  1. Indefinite Delivery Indefinite Quantity (IDIQ) N6134019D1014, Delivery Order N0001922F2239

  2. Contract Type includes the following: Firm Fixed Price, Labor Hours, and Cost

  3. Incumbent is Northup Grumman Systems Corporation

  4. Previous/existing contract is available at http://foia.navair.navy.mil



REQUIRED CAPABILITIES



Interested contractors may submit a capability statement identifying their interest and capability to respond to the requirement. Only capability statements received on or before the response date indicated in this notice will be considered by the Government. A determination by the Government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the Government. Capability statements received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements submitted should be pertinent and specific in the technical / management / business area under consideration, on each of the following qualifications:




  1. Ability to provide fully operational facilities located in Lake Charles, Louisiana with the ability to conduct integrated modifications and maintenance on one (1) E-6B aircraft in conjunction with the currently awarded two (2) E-6B modifications.






  1. Ability to provide, support, or perform the following:






  • Airfield runway no less than 8,000 feet long and 150 feet wide;

  • Runway, taxiway and aprons be capable of supporting E-6B maximum gross weight of 342,000 pounds;

  • Aircraft hangar(s) capable of completely enclosing aircraft. This requirement can be satisfied by providing one (1) hangar capable of housing one (1) E-6B aircraft, in conjunction with the currently awarded two (2) E-6B modifications.

  • Aircraft apron spaces capable of supporting one (1) E-6B aircraft, in conjunction with the currently awarded two (2) E-6B modifications.

  • Aircraft fueling/defueling;

  • Aircraft strip and paint;

  • Storage and handling of Liquid Oxygen (LOX);

  • Battery management, maintenance, storage, and handling;

  • Bonded storage capacity of 10,000 square feet to support a minimum of four (4) aircraft kits and associated Government Furnished Property at the same facility;

  • Aircraft Wash; and

  • Storage capacity of a minimum of 100 square feet to store Top Secret material and information.





SPECIAL REQUIREMENTS



The ability to provide physical security and facilities to accommodate and protect classified materials as well as to protect the aircraft from vandalism and environmental damage. The ability to provide a fenced-in area for the aircraft and hangar and provide dedicated security cameras for monitoring and review while at the facility.





The ability to assign personnel with only U.S. citizenship (i.e. no multiple citizenships) with the appropriate security clearances to access the aircraft. The ability to ensure no foreign nationals board aircraft at any time. Personnel without valid security clearances shall not have access to the aircraft interior unless escorted by authorized personnel. The ability to ensure no photographic or recording devices are in or around the aircraft.





The ability to manage COMSEC equipment and Key material IAW CMS-1. The ability to have an EKMS account to draw, store, or load, and transfer cryptographic material. Personnel shall have an active security clearance equal to or higher than the classification of the EKMS material they have access to or in their possession. The ability to establish and maintain a National Security Agency COMSEC account throughout the performance of this notice. The ability to store Top Secret cryptographic materials.





ELIGIBILITY



The applicable North American Industry Classification System (NAICS) code currently assigned to this procurement is 488190 with a Small Business size standard of $40M. The applicable Product Service Code (PSC) is J016.



All interested parties must be registered in SAM.gov to be eligible for award of Government contracts. Only interested firms who are capable of providing the supplies and services noted in this notice and can meet these requirements are invited to respond to this notice. The Government will not reimburse participants for any expenses associated with their participation in this notice.





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.




  1. Corporate Information




  1. Company’s Name and Address

  2. Company’s point of contact including email address and phone number who are able to discuss the response submitted.

  3. Company’s business size and list of NAICS codes under which goods and services are provided

  4. General corporate information

  5. Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disable, veteran owned, HUB ZONE, etc.)

  6. Major products and primary customer base

  7. Statement whether interest in this sources sought notice is for the purpose of becoming the prime offer, or to inquire about subcontracting possibilities




  1. Specific Sources Sought Information Requested



The response should include a concept summary written from a system solution perspective showing how the concept and development methodology could satisfy the requirements defined herein and should at a minimum include the following:




  1. Proposed approach to meet the government’s complete requirements described in the Background above;

  2. Rough Order of Magnitude (ROM) costs for the performance of the efforts described above;

  3. Timeline in number of calendar days and/or hours to perform efforts described above;

  4. Demonstrate the ability to meet the required capabilities, eligibility, and special requirements identified above;

  5. If an interested party would team with other parties, the capability statement would need to discuss how the work efforts would be separated, the corporate relationship between the parties (i.e. team arrangement, prime-subcontractor, joint venture, etc.);

  6. A description of the company’s past experience and performance on similar contracts. Include whether Contractor Performance Assessment Reporting System (CPARS) ratings are available. This description should address current and prior experiences within five (5) years from the date of this notice. If no similar experiences exist, please address future capabilities. Any future capabilities should provide an outline to the ability to deliver to the requirements defined herein.

  7. Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company’s capability.





SUBMISSION DETAILS



Means of Delivery: All Capability Statements should be sent via email to Tanis Meldrum at tanis.a.meldrum.civ@us.navy.mil and Lisa Troccoli at lisa.j.troccoli.civ@us.navy.mil with the Subject “CONTRACTOR NAME INTEGRATED MODIFICATIONS AND MAINTENANCE OF THREE (3) E-6B AIRCRAFT SIMULTANEOUSLY”.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 25, 2024 01:59 pm ESTSources Sought (Original)

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 >