Search Contract Opportunities

C-12 Contractor Logistics Support (CLS)

ID: N00019-21-RFPREQ-APM207-0936 • Type: Sources Sought

Description

The Tactical Airlift Program Office, PMA 207 at the Naval Air Systems Command (NAVAIR), Patuxent River, MD is conducting a Market Survey of Industry to determine potential interested Small Business sources that have the skills and experience required to successfully provide Contractor Logistics Support (CLS) for the C-12 platform.

This Sources Sought is a Request for Information (RFI) for market survey purposes only to determine the small business capability to meet this requirement. This is not a solicitation for proposals and no contract shall be awarded from this announcement. The purpose of this announcement is for Market Research only and is in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued IAW FAR subpart 15.201(e). No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research.

Any resulting contract is anticipated to have a security classification level of Secret for personnel and facilities clearances at time of contract award.

Place of Performance

Patuxent River, MD; Beaufort, SC; New River, NC; Yuma, AZ; Camp Pendleton, CA; New Orleans, LA; Manama, Bahrain; Guantanamo Bay, Cuba; Atsugi, Japan; Misawa, Japan; Iwakuni, Japan; Futenma, Okinawa; Kadena, Okinawa; Stuttgart, Germany

Program Description

The C-12 aircraft are Federal Aviation Administration (FAA) type-certificated, commercial-derivative aircraft modified with Navy and Marine Corps required items, supported and maintained in accordance with Federal Aviation Regulations (FAR), Original Equipment Manufacturers (OEM), and Naval Air Forces Instructions. The aircraft provide on-call, rapid response, cargo and passenger transportation as well as forward-deployed logistics support. The C-12 Type/Model/Series (T/M/S) aircraft, manufactured by Beechcraft Corporation as Model 200 Series (military-designated UC-12F/M) and Model 350 Series (designated UC-12W), are high-performance, fixed-wing, pressurized, twin-engine turboprops that accommodate a pilot, co-pilot, up to eight passengers, cargo, or a combination of passengers and cargo.

UC-12W inventory may increase via procurements and likely to divest UC-12F/M during the same timeframe.

The locations for services on the C-12 aircraft and estimated usage baselines are:

[Please see attachment "Att 1 - Baseline."]

NOTE: The C-12 CLS effort consists of maintenance and supply support in compliance with DCMA 8210.1 series oversight procedures and consists of the management and performance of the following services at Main Operating Base (MOB) sites:

Line maintenance
Global spares support
Engine, props, and aircraft inspections and repair
Aircraft modifications

The prime contractor will need to establish working relationships with the OEMs to access data to fulfill the requirements and support the C-12 fleet for the airframe, engines, propellers, accessories, and systems.

Responsible sources are encouraged to submit a capability statement that addresses their ability to perform the full range of CLS services described above at the platform level across ALL listed locations. The scope of the CLS services includes organizational and depot maintenance for aircraft, aircraft subsystems, support equipment, and related equipment at sites both inside and outside the continental United States.

Interested contractors shall submit responses by email to Jennifer Weyand, at jennifer.weyand@navy.mil. The capability statement package (no more than FIFTEEN single-sided 8.5 X 11 inch pages with one inch margins printed in Times New Roman or Courier New, no smaller than 12-pt font) should demonstrate the ability to provide the requirement as listed above. One electronically submitted response shall be received in Microsoft Word or PDF format no later than 1600 ET on 30 July 2021 and reference: C-12 Sources Sought. Responses to this Sources Sought may NOT be submitted via facsimile. Acknowledgement of receipt will be provided if request for return receipt is included with the response, but submissions will not be returned.

All responses shall include:

Sources Sought Number
Company name
Company address
Company business size as it relates to North American Industry Classification System (NAICS) 488190 ($35.0M size standard)
Current small business status (including certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.)
Commercial Activity/Government Entity (CAGE) code
Data Universal Numbering System (DUNS) number
Other NAICS code(s)
Points-of-Contact (POC) including name, phone number, and email address

Within your capability statement package, please include your answers to the following questions. Responses shall be based on experience as a prime contractor.

Questions

General

  1. What experience does your company have in providing full service CLS that provided global support for 29 aircraft at more than or equal to 14 sites both in the Continental United States (CONUS) and Outside Continental United States (OCONUS)?
  2. Does your company have experience with maintaining aircraft in accordance with 14 CFR FAA regulations? Provide details including contract numbers to demonstrate the experience claimed.
  3. What is your company's core business?

Site Maintenance

  1. Describe your company's capabilities in performing line maintenance on Beechcraft Model 200 and Model 350 series or similar aircraft.
  2. For any of the services described in Site Maintenance question 1 performed OCONUS, provide the information below to include contract numbers to demonstrate the experience claimed:
    1. Complying with a Status of Forces Agreement (SOFA)
    2. Handling customs and clearance processes
    3. Handling export controlled items, specifically Packaging, Handling, Storage & Transportation (PHS&T) issues
    4. Managing personnel at overseas location
    5. Obtaining passports and visas
  3. What relationships has your company had with DCMA? Provide the DCMA POC's name, email, and phone number.
  4. Has your company provided contracted services that are in compliance with DFARS 252.228-7001 and DCMA INST 8210.1 series? Provide a contract number that shows compliance with the above.

Depot Maintenance

  1. How many PART 145 repair stations within the last two years have you used to provide depot level maintenance for Beechcraft or similar type aircraft as it applies to:
    1. Engine
    2. Aircraft Condition Inspections
    3. Unscheduled maintenance
    4. Strip and Paint

Supply Support

  1. What capabilities do you have with providing supply support Model 200 or Model 350 Beechcraft or similar aircraft?
  2. What capabilities do you have in collaborating with suppliers across the world in order to obtain certified parts when an aircraft on-ground incident has occurred?

Aircraft on the Ground (AOG)

  1. What are the specific capabilities that your company has regarding Aircraft On Ground (AOG) support including the capability to deploy a maintenance team from the appropriate MOB or depot facility within 48 hours of the AOG in:
    1. CONUS?
    2. OCONUS?
    3. Scenario: The aircraft is flying from Kadena, Japan to Manilla, Philippines. The engine fails inflight and is required to conduct an emergency stop at Clark International Airport in Pampanga, Philippines. How would your company address returning the aircraft to a safe for flight status?

Sub-Contractor Management

  1. The Prime Contractor is responsible for management of the entire maintenance and support effort, including subcontractor performance.
    1. What experience do you have as a prime contractor with managing subcontractors or executing teaming arrangements for work similar to the C-12 CLS effort?
      1. Provide a contract number.
    2. Describe your policies, processes, procedures and plans of action to manage subcontractors who fail to meet the Government's requirements or the terms and conditions of subcontract agreements. Do these procedures also apply to commercial vendors?
    3. Describe your policies, processes and procedures for analyzing subcontractor proposals for cost and price reasonableness and capability to meet the Government's requirements.
  2. Provide the POC's name, email address, and phone number for these efforts.

All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. However, classified data should not be provided. If respondent believes that a complete response would require inclusion of proprietary information, please notify the Government POC immediately. Summary papers failing to comply with the above instructions or containing impertinent information may not be reviewed. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.

SUMMARY: This is NOT a request for proposal. This announcement constitutes a Sources Sought only. Information provided herein is subject to change and in no way binds the Government to solicit proposals or award a contract. If a draft and/or solicitation are released, it will be synopsized on https://beta.sam.gov. It is the potential offer's responsibility to monitor the site for the release of any follow-on information. No phone or email solicitation with regard to the status of the RFI will be accepted.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALLNOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES INANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS AREAVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICALDESCRIPTION IS STRICTLY VOLUNTARY.

Questions regarding this announcement shall be submitted to the Government point of contact identified herein.

Primary Point of Contact:
Jennifer Weyand
Contract Specialist
jennifer.weyand@navy.mil

Secondary Point of Contact:
Ron Hickman
Contracting Officer
ronald.a.hickman@navy.mil

Overview

Response Deadline
Aug. 4, 2021, 4:00 p.m. EDT (original: July 30, 2021, 4:00 p.m. EDT) Past Due
Posted
July 15, 2021, 2:17 p.m. EDT (updated: Aug. 2, 2021, 9:14 a.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
51%
On 7/15/21 Naval Air Systems Command issued Sources Sought N00019-21-RFPREQ-APM207-0936 for C-12 Contractor Logistics Support (CLS) due 8/4/21. The opportunity was issued full & open with NAICS 488190 and PSC J015.
Primary Contact
Name
Jennifer Weyand   Profile
Phone
(301) 757-0929

Secondary Contact

Name
Ronald A Hickman   Profile
Phone
(301) 757-9925

Documents

Posted documents for Sources Sought N00019-21-RFPREQ-APM207-0936

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought N00019-21-RFPREQ-APM207-0936

Similar Active Opportunities

Open contract opportunities similar to Sources Sought N00019-21-RFPREQ-APM207-0936

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR HQS > NAVAL AIR SYSTEMS COMMAND
FPDS Organization Code
1700-N00019
Source Organization Code
100226089
Last Updated
Aug. 19, 2021
Last Updated By
jennifer.weyand@navy.mil
Archive Date
Aug. 19, 2021