Search Contract Opportunities

Rapid Response Hardware Solutions for the Prototype Integration Facility (PIF) 2027   3

ID: PIFW58RGZ24R0054 • Type: Sources Sought

Description

Posted: Dec. 2, 2024, 6:31 p.m. EST

The Government requests information regarding the technical and financial capabilities of Small Business Administration (SBA) 8(a) participants, to include Native Hawaiian Organization (NHO) owned, Native American Tribally-owned or Alaska Native Corporation (ANC) owned 8(a)participants, to perform Army Futures Command (AFC), Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center (AvMC) Systems, Simulation, Systems Engineering and Integration Directorate (S3I) Prototype Integration Facility (PIF) support requirements as outlined below. The applicable North American Industry Classification System (NAICS) code for this requirement will be 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing, size standard 1,250 employees.

There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any costs expended by any interested parties in responding to this notice. Information provided may change and in no way binds the Government to solicit or award a contract. This is a sources sought notice only and is not a Request for Proposal (RFP).

The purpose of this sources sought is to conduct market research to determine if capable, interested sources exist that can support this requirement; as well as to assist in determining if this requirement can be competed among participants in the Small Business Administration's 8(a) Program.

Background: For information purposes only. Army Futures Command (AFC) DEVCOM Aviation and Missiles Center (AvMC) anticipates a requirement for a contract to provide rapid response hardware solutions on behalf of the PIF at Redstone Arsenal, Alabama.

Current Contract: The PIF is currently supported by Defense Systems and Solutions (DSS), a joint venture between Yulista Aviation, Incorporated (YAI) and Science and Engineering Services (SES), Incorporated under contract W58RGZ-18-D-0001. The PIF-3 contract, with a ceiling of $4.7 Billion and a five-year period of performance plus two, two-year optional award terms for a total of nine years possible. Caveat: Offerors are cautioned that historical workloads are not a guarantee of future workloads.

($4.7 Billion is not the guaranteed minimum. The guaranteed minimum if a contract is issued, is only the first delivery order.)

The PIF requires a minimum of a working knowledge of the DoD and Army Critical Safety Item (CSI) programs and the Army Aviation Airworthiness Release (AWR) process is required. The prime's structure must allow for flexible performance of the Government's requirements, while increasing support during periods of growth, and reducing support during periods of decreased workload.

This potential requirement is currently awarded to an Small Business Administration (SBA) certified 8(a) participant and will remain in the 8(a) Program, which includes Native Hawaiian Organization (NHO) owned, Native American Tribally-owned, or Alaskan Native Corporation (ANC) owned certified 8(a)participants, subject to the availability of funds.

Desired Response: The Government invites interested entities possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement to respond to this sources sought announcement via an electronic submission of an executive summary.

If you previously responded to the sources sought for: W58RGZ-24-R-0054, you are not required to respond again.

Microsoft Word (.docx) and/or Adobe (.pdf) files are required. The Government requests interested entities to answer and respond t, the following questions and requests in addition to their executive summary. In both the executive summary and the response to the questions below, entities shall mark any company proprietary information accordingly.

1. Please provide your entity name, address, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 336413. Please clearly confirm that your company is an eligible 8(a)participant. Confirm the primary NAICS for your entity.

2. Provide a summary of your approach to meeting the stated requirement, including your company's facilities in Huntsville, AL, along with projected team members and their roles.

3. Provide relevant corporate experience references. You may cite company and related web addresses as additional sources of information. Address experience with: Critical Safety Items, frozen plans, aviation, missiles, and Uncrewed Aircraft Systems. The Government will not consider experience in torquing to suffice as relevant Critical Safety Item experience. (See DFARS 252.209-7010 Critical Safety Items.) Address experience in dealing with major defense contractor Original Equipment Manufacturers (OEMs). Address your experience handling surge requirements. Relevant corporate experience information should identify the applicable contract number; the total contract dollar amount; contract period of performance; a brief description of the requirement performed; and customer point of contact with corresponding telephone number and e-mail address.

4. Does your organization have any potential Organizational Conflicts of Interest (OCI) with the PIF? (See FAR Subpart 9.5 Organizational and Consultant Conflicts of Interest.) Offerors shall disclose to the Contracting Officer all facts relevant to the existence of an actual or potential OCI. This disclosure shall include a description of the action the Contractor has taken or plans to take to avoid, neutralize or mitigate the OCI. Does your organization have any fixed-wing production systems contracts with DFARS 252.209-7009 Organizational Conflict of Interest Major Defense Acquisition Program?

5. Do you currently provide comprehensive program management, research and development, engineering, fabrication, subsystem and system integration, qualification testing, and manufacture of rapid response hardware solutions for DoD hardware as described in this sources sought? If so, what types of systems do you support?

6. If your company is not currently performing this type of requirement, has your company had experience in the last 5 years performing these types of requirements as a prime contractor, or as a subcontractor? Specify whether your work was as the prime contractor, or was as a subcontractor.

7. No Government facilities will be available for the awardee to utilize. The Government desires 1,200,000 square feet of facilities space, to include aircraft hangar space for large helicopters, high-bay space, warehouse, and manufacturing space. How much facility space does your organization have located within the Huntsville-Decatur-Albertville Combined Statistical Area as defined in Office of Management and Budget (OMB) Bulletin No. 23-01, dated 21 July 2023? How much aircraft hangar space does your organization occupy located within the Huntsville-Decatur-Albertville Combined Statistical Area? How much of your facility space is high bay? The requirement for possessing and maintaining these facilities shall not be construed to mean that the Government will pay any direct costs in connection therewith and further, the contractor shall not be entitled to any direct payment in connection with any personnel set in readiness at or brought to such facility in preparation or in exception of work to be performed under the Contract. Payment for labor hours and materials will be made only for hours and materials actually expended in performance under the contract.

8. What experience does your company have with managing Government property? Specify the warehouse square feet and dollar amounts per year. The Government estimates the aggregate value of the Government property at about $3B on this contract.

9. Provide any of your other recommendations, comments, or concerns about this potential acquisition.

Place of Contract Performance: Primarily at Huntsville, Alabama.

Responses shall be unclassified.

If the Government issues a solicitation, it will publish the solicitation and all required notices electronically on the SAM.gov website or PIEE, and will be the responsibility of the interested parties to check regularly.

All interested entities should send an executive summary, responses to the questions, and any web-based links to company or descriptive literature along with any recommendations and comments to:

Mr. Charles D. Miller, Army Contracting Command - Redstone via email at:

charles.d.miller2.civ@army.mil and derrick.l.thompson28.civ@army.mil

Posted: Nov. 19, 2024, 12:31 p.m. EST
Background
The Army Futures Command (AFC) Combat Capabilities Development Command (DEVCOM) Aviation and Missile Center (AvMC) is seeking information from Small Business Administration (SBA) 8(a) participants, including Native Hawaiian Organization (NHO) owned, Native American Tribally-owned, or Alaska Native Corporation (ANC) owned entities.

The goal of this contract is to provide labor, material, and facilities for rapid response hardware solutions at the Prototype Integration Facility (PIF) located at Redstone Arsenal, Alabama. This sources sought notice aims to conduct market research to identify capable sources that can support this requirement and determine if it can be competed among SBA 8(a) Program participants.

Work Details
The PIF requires a contractor with a minimum working knowledge of the Department of Defense (DoD) and Army Critical Safety Item (CSI) programs as well as the Army Aviation Airworthiness Release (AWR) process. The contractor must be able to flexibly perform government requirements while managing workload fluctuations.

The current contract supporting the PIF has a ceiling of $4.7 billion and includes a five-year period of performance with two optional two-year extensions. The contractor must provide 1,200,000 square feet of facility space, including aircraft hangar space for large helicopters, high-bay space, warehouse, and manufacturing space. Additionally, experience with managing government property valued at approximately $3 billion is required.

Period of Performance
The current contract has a five-year period of performance plus two optional two-year award terms.

Place of Performance
Primarily at Huntsville, Alabama.

Overview

Response Deadline
Dec. 13, 2024, 3:00 p.m. EST (original: Dec. 3, 2024, 3:00 p.m. EST) Past Due
Posted
Nov. 19, 2024, 12:31 p.m. EST (updated: Dec. 2, 2024, 6:31 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Redstone Arsenal, AL 35898 United States
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
39%
Signs of Shaping
64% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 11/19/24 ACC Redstone issued Sources Sought PIFW58RGZ24R0054 for Rapid Response Hardware Solutions for the Prototype Integration Facility (PIF) 2027 due 12/13/24. The opportunity was issued with a 8(a) (8A) set aside with NAICS 336413 (SBA Size Standard 1250 Employees) and PSC 1520.
Primary Contact
Name
Charles D Miller   Profile
Phone
None

Secondary Contact

Name
Derrick Thompson   Profile
Phone
None

Documents

Posted documents for Sources Sought PIFW58RGZ24R0054

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought PIFW58RGZ24R0054

Incumbent or Similar Awards

Contracts Similar to Sources Sought PIFW58RGZ24R0054

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PIFW58RGZ24R0054

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PIFW58RGZ24R0054

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W58RGZ
Source Organization Code
500045573
Last Updated
Dec. 28, 2024
Last Updated By
charles.d.miller2.civ@army.mil
Archive Date
Dec. 28, 2024