Search Contract Opportunities

P-8A Airframe and Engine Depot Maintenance Competition

ID: N00019-15-R-2004 • Type: Presolicitation

Description

Posted: Aug. 1, 2016, 4:37 p.m. EDT
Contractors that received a CD during industry day do not need to request new copy. The CD is the same as the CD that was furnished to the participants during Industry Day. If NAVAIR updates any of the documents on CD, a notice will be posted on EDBIZOPPS.GOV.

NAVAIR anticipates releasing the RFP for this requirement September 2016 with a 65 due date for proposals (week days).

Posted: July 20, 2016, 5:27 p.m. EDT
This is a DRAFT Request for Proposal.

INTRODUCTION
Naval Air Systems Command (NAVAIR), Maritime, Patrol, and Reconnaissance Aircraft (PMA-290), announces its intention to issue a Multiple Award Contract (MAC) to procure depot level maintenance actions for both the airframe and engine of the P-8A Poseidon aircraft. The Government expects to select two Offerors for each Depot requirement (Part A - Airframe Depot maintenance and Part B - Engine Depot maintenance) on the basis of the proposals providing the "best value" to the Government, all factors considered.

Offerors may submit separate proposals for either the Part A - Airframe Depot maintenance, Part B - Engine Depot maintenance, and/or a combined proposal for Part A - Airframe and Part B - Engine Depot maintenance. The Government reserves the right to award either a Part A - Airframe Depot contract, a Part B - Engine Depot contract or a combined Airframe Depot and Engine Depot contract. In the event a single entity or Offeror offers both a single proposal for one of the Depots (e.g., Part A - Airframe) and as part of a combined proposal (e.g., the Part A - Airframe portion of a combined proposal), the Government will not award both Depots (in this example, Part A - Airframe) to that entity or Offeror, and will select at the Government's sole discretion which of the two (i.e., either the Offeror's single proposal or the Offeror's proposal that is part of a combined proposal)) is deemed to be in the Government's best interest.

DISCLAIMER
THIS DRAFT RFP 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:
The P-8A Poseidon is a heavily militarized derivative of the globally deployed, commercially supported Boeing 737-800 airframe and commercial CFM56-7B27A/3 and CFM56-7B27AE series engines. The P-8A support strategy is designed to incorporate the best features from commercial support system infrastructures. The objective is to integrate the latest in technical support innovations with existing commercial operations and continual product and process improvements. The planned maintenance support efforts will leverage the commercial industrial base for the P-8A airframe and engine depot maintenance.

This Sources Sought and draft RFP is for market research purposes to determine available sources to provide P-8A airframe, CFM56-7B27A/3 and CFM56-7B27AE engine depot maintenance and to determine the availability and adequacy of potential sources prior to determining the best acquisition/contracting strategy. The information received will be utilized by the Navy in developing its acquisition/contracting strategy and Statement of Work. Any proprietary information that is submitted may be used as a general concept, but specific information will be safeguarded as proprietary if so marked and clearly identified in accordance with all applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this Sources Sought; however, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information or trade secrets shall be clearly identified.

It should be noted that this effort is a cooperative program between the United States Department of Defense (US DoD) and the Australian Department of Defense (Australian DoD). Accordingly, project information developed by the Contractor shall be accessible to the Australian DoD.

Please contact the Contract Specialists Alexandra Laigle and Magdalena Guerra via email in order to receive a CD including the documents referenced in the Draft RFP Package. Include the Point of Contact, company, and mailing address that the CD should be mailed to.

In addition, if the interested person is a foreign concern or if a US interested person has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required.
QUESTIONS TO THIS DRAFT RFP: Contact the Contract Specialists Alexandra Laigle and Magdalena Guerra via email no later than 3 August 2016.
Subject on the e-mail shall read as follows: N00019-15-R-2004 Questions (Company Name)
A one page company profile to include Company name, address, point of contact (including telephone number and email address), Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employee, Cage Code, DUNS number, North American Industry Classification System (NAICS) Code, major products and, primary customers base shall be included. Incorporate a statement on whether your interest in this Draft Solicitation is for the purpose of becoming the prime offeror or to inquire about sub-contracting possibilities and points of contact to discuss the material submitted. In addition, incorporate a statement on whether your interest in this Draft Solicitation is for separate Part A - Airframe Depot maintenance, Part B - Engine Depot maintenance, and/or Part A - Airframe and Part B - Engine Depot maintenance combined.
If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF).
All previous applicable questions submitted will be answered along with questions from this Draft RFP.
Thank you for your interest in the P-8A Airframe and Engine Depot Maintenance Competition.

Overview

Response Deadline
Aug. 4, 2016, 12:59 a.m. EDT Past Due
Posted
July 20, 2016, 5:27 p.m. EDT (updated: Sept. 2, 2016, 1:38 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
$40 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Odds of Award
48%
On 7/20/16 NAWC Aircraft Division issued Presolicitation N00019-15-R-2004 for P-8A Airframe and Engine Depot Maintenance Competition due 8/4/16. The opportunity was issued full & open with NAICS 488190 and PSC J.
Primary Contact
Title
None
Name
Magdalena Guerra   Profile
Phone
None

Secondary Contact

Title
PCO
Name
Rodney Flowers   Profile
Phone
None

Documents

Posted documents for Presolicitation N00019-15-R-2004

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation N00019-15-R-2004

Contract Awards

Prime contracts awarded through Presolicitation N00019-15-R-2004

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation N00019-15-R-2004

Similar Active Opportunities

Open contract opportunities similar to Presolicitation N00019-15-R-2004

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE NAVY > NAVAIR > NAVAIR NAWC AD > NAVAL AIR WARFARE CENTER AIR DIV
FPDS Organization Code
1700-N00421
Source Organization Code
100244099
Last Updated
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019