Skip to main content

An official website of the United States government

You have 2 new alerts

Reliability Centered Maintenance (RCM) Analysis Support Services

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Solicitation (Original)
  • Original Published Date: Sep 12, 2024 04:56 pm EDT
  • Original Date Offers Due: Oct 28, 2024 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 12, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code:
    • 54 - Professional, Scientific, and Technical Services
  • Place of Performance:
    Patuxent River , MD 20670
    USA

Description

REQUIREMENT:

The purpose of this notice is to release the OFFICIAL Solicitation, N6852024R0044, to initiate a competitive source selection and award an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee line items to place term-form task orders for Reliability Centered Maintenance (RCM) Analysis Support Services in support of the Naval Aviation Enterprise.

RCM under the planned contract will include an analysis of aircraft engines, aircraft systems (i.e. Weapons, aircrew escape systems, avionics, and electrical systems), Support Equipment (SE) (i.e., avionics SE, non-avionics SE, and aircraft launch/recovery equipment), and depot plant equipment. RCM includes Condition-Based Maintenance Plus (CBM+) and Integrated Maintenance Concept and Plan (IMC/P) support.

CONTRACT TYPE:

The anticipated contract is a Cost Plus Fixed Fee (CPFF) IDIQ Contract.  The Period of Performance (PoP) of this contract is five (5) years.

COMPETITION:

This procurement is hereby solicited using full and open procedures in accordance with FAR Part 15.

ELECTRONIC PROPOSAL SUBMISSION:

In accordance with Solicitation N6852024R0044, Section L, Part A: General Instructions, Paragraph 4.0:

The submission date for all Volumes shall be no later than the date and time specified in Block 9 of the SF 33 of the RFP. 

All volumes of the proposal shall be submitted electronically through the Solicitation Module of the Department of Defense (DoD) Procurement Integrated Enterprise Environment (PIEE) at https://piee.eb.mil.  No other submissions, such as mail, hand-carried, or other electronic system (e.g., DOD SAFE) are authorized by the solicitation unless specifically authorized by the Contracting Officer pursuant to paragraph 4.1.3 below.  For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf.

PRE-SOLICITATION QUESTIONS AND ANSWERS

The Government has received the questions below in regards to the Pre-Solicitation Notice and is providing answers.

QUESTION #1: SOW: Paragraph 1.3 states RCM, CBM+, and IMC/P are required in support of all NAVAIR National Sites, including NAVAIR Headquarters at Patuxent River, MD, the Naval Air Warfare Center Aircraft Divisions (NAWCADs) at Patuxent River, MD, Lakehurst, NJ and Orlando, FL; the Naval Air Warfare Center Weapons Divisions (NAWCWDs) located at China Lake, CA and Point Mugu, CA.  In-Service Support Centers (ISSC) serviced on the current effort and located at Jacksonville, FL; Cherry Point, NC; and North Island, CA, were not included.  Will the Government please confirm that the sites listed on the draft RFP are correct.

ANSWER: Adjustments made accordingly to SOW Paragraph 1.3.

QUESTION #2: SOW and Attachment 4:  The Instructional Coordinator, Senior is listed as a Key Labor Category on the SOW, however Attachment 4 doesn't have hours associated with this Labor Category.  Will the Government please clarify.

ANSWER: The Government has decided to remove the Instructional Coordinator from this requirement.

QUESTION #3: SOW: Section 3.4.2.4 Logistician, Journeyman, paragraph two should read Journeyman Logisticians (not Senior Logisticians).

ASNWER:  This has been corrected in the SOW.

QUESTION #4: SOW and Attachment 4: The Level of Effort Clause on the Draft RFP states the estimated man-hours of direct labor for this effort is 917,714, but the Total Estimated Hours for all five years on the Labor Category Hours Tab of Attachment 4 only totals 834,285 hours.  Will the Government please confirm which total is correct.

ANSWER:  The Government confirms that 834,285 hours is correct.  The Level of Effort Clause on the RFP has been updated accordingly.

QUESTION #5: For the new CDRL A004 TECHNICAL REPORT – STUDY/SERVICES, the REMARKS section is what the current contract A004 for Conference Minutes contains.  It should reflect the current A006 TECHNICAL REPORT – STUDY/SERVICES verbiage with the SOW paragraph #s being updated accordingly for the new SOW.  Meeting support will now be part for each specific task order as noted in the new SOW section 3.1.2.2.  Will the Government please confirm or update.

ANSWER:  CDRL A004 Technical Report – Study/Services has been updated.

QUESTIONS/COMMENTS:

Questions or comments regarding this notice can be directed to Robert Miedzinski by email at robert.m.miedzinski.civ@us.navy.mil.  Each question or comment should reference the applicable document, page number, and paragraph number.  Offerors shall not include any proprietary information in a question, because the Government will provide the question and answer to all potential offerors.  All questions must be submitted no later than 5:00 PM EST on Friday, 27 September 2024.  Questions received after the deadline above may be answered at the Government’s sole discretion.

DO NOT SEND QUESTIONS TO THE GOVERNMENT THROUGH PIEE CONTRACTING COMMUNICATION MODULE (CCM)

Attached are the solicitation documents.

Contact Information

Contracting Office Address

  • ATTN CHIEF OF STAFF 47038 MCLEOD ROAD, BLDG 448
  • PATUXENT RIVER , MD 20670
  • USA

Primary Point of Contact

Secondary Point of Contact

History