REQUEST FOR INFORMATION (RFI)/SYNOPSIS/DRAFT RFP Review - Remotely Piloted Aircraft Operations and Maintenance (O&M)

Agency: DEPT OF DEFENSE
State: Nevada
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 25, 2024
Due: May 10, 2024
Solicitation No: DRAFT-FA4890-24-R-0012
Publication URL: To access bid details, please log in.
Follow
REQUEST FOR INFORMATION (RFI)/SYNOPSIS/DRAFT RFP Review - Remotely Piloted Aircraft Operations and Maintenance (O&M)
Active
Contract Opportunity
Notice ID
DRAFT-FA4890-24-R-0012
Related Notice
AMP_Industry_Day_2023
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Sub Command
AMIC
Office
FA4890 HQ AIR COMBAT COMMAND AMIC
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 25, 2024 03:33 pm EDT
  • Original Published Date: Apr 22, 2024 04:41 pm EDT
  • Updated Response Date: May 10, 2024 12:00 pm EDT
  • Original Response Date: May 10, 2024 12:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 25, 2024
  • Original Inactive Date: May 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • 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:
    Indian Springs , NV
    USA
Description View Changes

Amendment 1: The purpose of this amendment is to post questions submitted by industry along with Government answers. All Q&As are included in a new attachment titled "Combined RFI_Synopsis_DRFP Contractor Submitted Questions." One question drove a change in the RFI, and the RFI itself has been amended to reflect that change.





1.0 Description



1.1 Air Combat Command, Acquisition Management and Integration Center (ACC AMIC), Langley AFB, VA is developing the acquisition strategy for a procurement for Remotely Piloted Aircraft (RPA) Operation and Maintenance (O&M) services. This RFI/Synopsis/DRAFT RFP Review is one of the elements of the government’s market research.



1.2 The RPA O&M services provide O-level O&M support, sustainment of combat and training capabilities, qualified management and supervisory personnel, and qualified organizational maintenance personnel at CONUS, OCONUS, and Main Operation Base (MOB) OCONUS locations.



1.3 The period of performance is anticipated to consist of a five-year ordering period with an estimated award date of 1 April 2025.



1.4 The applicable North American Industry Classification System (NAICS) for this requirement is 488190 which is defined as establishments primarily engaged in providing specialized services for air transportation (except air traffic control and other airport operations). The small business size standard is $35 million.



1.5 This announcement is an RFI/Synopsis/DRAFT RFP Review for market research purposes only. This is NOT a Request for Proposal or a Request for Quote. This requirement may be set aside for small business participation pending the interest received in response to this RFI/Synopsis/DRAFT RFP Review.



This RFI/Synopsis and DRAFT RFP are posted on the SAM.gov website. Hard copies of documents will not be provided by the government.





2.0 Requested Information



2.1 All interested parties should forward the following information in response to this RFI/Synopsis/DRAFT RFP review in electronic format using Microsoft Office 365 and/or Portable Document Format (PDF) using Adobe Acrobat Pro or later. All documents must be electronically searchable. All documents shall be virus checked by the originator prior to submission.



a. Company name



b. Company point of contact (POC) to include telephone number and email address



c. Company address



d. Company telephone number (main incoming telephone number, if different than b. above)



e. Business size under NAICS 488190. Firms responding must state whether they are a Small Business (SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone Small Business (HSB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), Historically Black College or University or Minority Institution (HBCU/MI), 8(a) firm, an Indian Tribe or Alaskan Native Corporation or a large business based on the size standards in Para 1.5 above



f. Statement of GSA or other contract(s) that can be used for this requirement under NAICS 488190



g. In addition, the Government is requesting industry input on the below questions concerning the RPA O&M recompete. The responses to the below questions shall be no more than five 8x11 pages.





  • Given the requirement statements for responsive, agile support, in an environment where there will be unknown locations and schedules:




    • How can industry partner to solve the responsive, agile combat support problem set?


    • What concerns do you have in providing agile and responsive solutions? What information / flexibility do you need from the Government?



    • Does the Draft RFP provide sufficient information to propose innovate solutions for ensuring Mx support continues when MRT and/or agile support efforts are activated?  If not, what recommendations would you make? What additional information is needed from the Government?


    • How can industry innovate, be responsive, and partner to reduce costs?





  • What, if any, areas in the Draft RFP could be less prescriptive to enable innovation? How / what would make the solicitation more effective?


  • What risk, issues or opportunities need to be addressed that are not already included in the Draft RFP or that would benefit from industry input?



  • What opportunities exist to change any area currently under cost reimbursement to fixed price?



h. Capabilities Package of no more than ten 8X11 pages outlining key business abilities relevant to the performance of this requirement using a font no smaller than Times New Roman 12 with proprietary information clearly marked and segregated from other information provided. Interested firms should submit information as to the capabilities, capacity and experience to perform the tasks set forth in the draft RFP.  Firms should state if there is interest to participate as a prime contractor or subcontractor.



i. The facility security clearance of the offeror or alternate arrangement that allows the offeror to conduct classified work.



j. Capabilities Package should describe relevant contract experience offered to government and commercial customers. Include a reference to the contract number, magnitude, place of performance, and points of contact for each example provided (name, mailing address, email address, telephone number, and the company’s website (if applicable). Submitted information should be UNCLASSIFIED



2.2 All companies, both large and small, are requested to submit Capabilities Packages to this office no later than 12 noon Eastern Time on 10 May 2024. Title your email “XYZ Capabilities Package for RPA O&M Recompete” (insert your company’s name in place of “XYZ”).



2.3 Potential offerors should forward a request for a DoD SAFE link from both christopher.hebert.5@us.af.mil and emma.elmore@us.af.mil no later than 12 noon Eastern Time (Virginia) on 10 May 2024 for transmission of Capabilities Packages to satisfy items (a) through (j) above). The government will provide email confirmation of all Capabilities Packages received. If companies do not receive an email confirmation after submitting Capabilities Packages, please contact both Mr. Christopher Hebert and Ms. Emma Elmore by email to verify receipt. All information provided by interested parties will become property of the U.S. Government and will not be returned to the originating parties. If the government elects to destroy the Capabilities Packages, destruction certificates will not be provided.



2.4 The government will consider all information submitted by interested parties in response to this RFI/Synopsis/DRAFT RFP Review. The government intends to use the internet and email as the primary means of disseminating and exchanging information.





3.0 Additional Information



3.1 Funds are presently not available at this time for this follow-on requirement. The government’s obligation for this follow-on requirement is contingent upon availability of appropriated funds from which payment for this requirement can be made. No legal liability on the part of the government for payment of this acquisition may arise until funds are made available to the Contracting Officer for this follow-on requirement.





4.0 OMBUDSMAN DAFFARS 5352.201-9101 (JUL 2023)



As prescribed in DAFFARS 5301.9103,



OMBUDSMAN (JUL 2023)



(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.



(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).



(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, AFICC KC Ombudsman supporting ACC, Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). The alternate Ombudsman is the Civilian Deputy Director of Contracting, AFICC/KC (OL-ACC), 114 Thompson Street, Bldg. 586, Room 129, Langley AFB, VA, 23665, telephone 757-764-5372 (DSN 574-5372). Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.



(d) The ombudsman has no authority to render a decision that binds the agency.



(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.



(End of clause)





5.0 Summary



THIS IS A REQUEST FOR INFORMATION ONLY to identify potential prime and small business contractors that are capable to provide non-personal RPA O&M services.



The information provided herein is subject to change and is not binding on the government. ACC AMIC has not made a commitment to procure RPA O&M services, and release of this RFI/Synopsis/DRAFT RFP should not be construed as a commitment or as authorization to incur costs for which reimbursement would be required or sought. The government will not provide any compensation, monetary or otherwise, for companies providing responses.



All submissions become government property and will not be returned.


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 757 225 7678 300 EXPLORATION WAY
  • HAMPTON , VA 23666
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Apr 22, 2024[Presolicitation (Original)] REQUEST FOR INFORMATION (RFI)/SYNOPSIS/DRAFT RFP Review - Remotely Piloted Aircraft Operations and Maintenance (O&M)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Header Information Bid Number: 70CNR-S2564 Description: Statewide Outdoor Recreation Historic Context Bid Opening

State Government of Nevada

Bid Due: 12/19/2024

Bid Information Type Request for Proposal Status Issued Number 23.MWA945.C1-TF (Arts District Parking

Nevada Government eMarketplace (NGEM)

Bid Due: 5/20/2024

Bid Information Type CCSD Opportunities Status Issued Number 24049ARH (HVAC and Controls Maintenance

Nevada Government eMarketplace (NGEM)

Bid Due: 5/30/2024

Post Date Quest Number Category Code Bid/Request Name Bid Closing Date City County

State Government of Nevada.

Bid Due: 5/23/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.