Aviation Support Services
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)
- Original Published Date: Jun 24, 2024 05:00 pm MDT
- Original Response Date: Jul 01, 2024 01:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jul 16, 2024
- Initiative:
- None
Classification
- Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
- NAICS Code:
- 488190 - Other Support Activities for Air Transportation
- Place of Performance: Yuma Proving Ground , AZ 85365USA
Description
SOURCES SOUGHT NOTICE
THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to extend the period of performance on the current contract, W91151-19-C-0007 for six months, from 01 September 2024 through 28 February 2025 with a one-month option, 01 March 2025 through 31 March 2025, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought notice. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. Attached is the Performance Work Statement (PWS).
This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code is 488190.
In response to this sources sought, please provide:
1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.
6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.
7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
Attachments/Links
Contact Information
Contracting Office Address
- 301 C STREET BLDG 2100 RM 39
- YUMA PROVING GROUND , AZ 85365-9498
- USA
Primary Point of Contact
- Karen F. Davis
- karen.f.davis.civ@army.mil
- Phone Number 9283286124
Secondary Point of Contact
- Teresa Dinwiddie
- Teresa.v.dinwiddie.civ@army.mil
- Phone Number 9283282357
History
- Jul 16, 2024 09:55 pm MDTSources Sought (Original)