ENTERPRISE LEVEL LOGISTICS AND ENGINEERING TECHNICAL SUPPORT SERVICES
ID: N68520-24-RFPREQ-F000000-0016Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYFLEET READINESS CENTERPATUXENT RIVER, MD, 20670, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Department of the Navy's Fleet Readiness Center, is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services. The primary objective of this procurement is to enhance flight-line readiness within the Naval Aviation Enterprise through comprehensive maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers located in the U.S. and Japan. This initiative is crucial for sustaining naval aviation operations, ensuring high operational standards, and compliance with Department of Defense requirements. Interested small businesses are encouraged to respond to this Sources Sought notice, with a total contract value anticipated to be around $474 million, and the RFP is expected to be released in early 2025. For further inquiries, interested parties may contact Sarah Metcalf at sarah.e.metcalf2.civ@us.navy.mil or Beverly Rhamdeow at beverley.s.rhamdeow.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a comprehensive list of companies and organizations responding to various federal and state RFPs and grants. Dated from September to October 2024, it features numerous entries detailing company names, addresses, contact information, and citizenship status. The main focus is to document respondents to requests for information (RFI) associated with specific government contracts. Key entries include well-known entities such as IBM, Booz Allen, and Eagle Systems Inc. Detailed information is provided for each company, including their CAGE codes, point of contact (POC), and relevant phone numbers. This structured data aims to facilitate effective communication with potential contractors, ensuring the federal government maintains a secure and efficient procurement process. The emphasis remains on the importance of compliance, identifying specific business types, and maintaining transparency in government contracting.
    The Enterprise-Level Engineering and Logistics Support Industry Day, scheduled for October 23, 2024, aims to gather industry insights for a proposed $474 million Indefinite Delivery, Indefinite Quantity (IDIQ) contract supporting the Commander, Fleet Readiness Centers (COMFRC). The contract will encompass logistics and engineering support services, primarily addressing life cycle engineering and production services across multiple aircraft systems located in Jacksonville, FL; Cherry Point, NC; and North Island, CA. Key objectives include enhancing understanding of government requirements, optimizing resource allocation to meet critical fleet demands, and improving operational efficiencies by centralizing contractor oversight. Input from industry partners is encouraged to refine the procurement strategy, with a focus on small businesses and their capabilities to meet the requirements. The anticipated RFP is set for release in early 2025, with several milestones outlined, including a pre-solicitation phase starting January 2025. The document emphasizes ongoing collaboration between the government and potential offerors to ensure effective proposals that align with COMFRC's mission of sustaining naval aviation capabilities over the long term, ultimately aiming to reduce operational costs while enhancing service responsiveness and quality.
    The document outlines a collection of requests for proposals (RFPs) and responses related to federal and local projects within various government contracting opportunities. It comprises a list of companies, their respective addresses, project durations from late September 2024 to late October 2024, and contact details for key personnel associated with the bids. A wide range of businesses, including large firms such as IBM and Leidos, as well as smaller entities, are noted, indicating an inclusive approach to sourcing talent for government contracts. The entries also feature business types, such as woman-owned small businesses (WOSB) and veteran-owned small businesses (SDVOSB), alongside each company's primary contact information. This document serves to inform stakeholders about upcoming opportunities in government contracting, the participation of various business types, and the associated contacts for inquiries, thereby enhancing transparency and access to federal grant opportunities. Overall, the file underscores the federal government’s commitment to engaging a diverse range of contractors while facilitating competition in the procurement process for service and supply contracts across different sectors.
    The document is a capabilities questionnaire for a company interested in providing engineering and logistics support for Naval Aircraft, encompassing detailed questions about past experiences, contract details, and business classifications. It seeks comprehensive information on prior contracts, team management experience, security clearance capabilities, limitations, and recommendations for improving small business participation in the prime contracting process. Additionally, it includes inquiries on engineering processes, procurement experience, and capabilities related to various specific service areas relevant to Naval operations.
    The LOGEN 2 Capabilities Questionnaire is a solicitation for information related to a Request for Proposal (RFP) concerning Naval Aircraft engineering and logistical support. The document outlines the requirements for prospective contractors, including their experience with related systems over the last five years, details of previous contracts, team management capabilities, and business classifications. It seeks information on subcontracting strategies, barriers to small business participation, and potential improvements to the Statement of Work (SOW) to enhance small business opportunities. Interested parties must also address their capability to commence work immediately upon contract award and their readiness for handling classified information. Specific queries target engineering and logistics support competencies, proposing that responses cover various engineering sub-services and logistical tasks. The questionnaire emphasizes an intention to assess civilian business performance in military contexts and ensure minority and small business engagement in defense contracting. Overall, this document serves as a structured tool to gauge contractor qualifications and enhance participation in government contracts.
    The Statement of Work (SOW) outlines the requirements for the Commander, Fleet Readiness Center (COMFRC) Logistics and Engineering Support Services, which include logistics and engineering support for various naval aircraft across multiple sites in the U.S. and abroad. Key responsibilities involve providing maintenance, repair, and overhaul engineering, life cycle logistics, program management, and administrative support services, as well as ensuring compliance with various military specifications and security protocols. The SOW also details labor categories and requirements for personnel, emphasizing the need for highly skilled professionals in various engineering and logistical roles.
    The RFP N68520-25-0001 seeks contractor support for logistics and engineering services to be provided to the Commander, Fleet Readiness Center (COMFRC). This initiative aims to enhance flight-line readiness within the Naval Aviation Enterprise through maintenance, repair, and overhaul (MRO) capabilities across various Fleet Readiness Centers (FRCs) located in the U.S. and Japan. Key responsibilities include life cycle engineering, technical assistance, logistics planning, and production support for a wide range of naval aircraft and support systems. The document outlines the operational background, scope of work, applicable regulations, and specific requirements for contractor personnel, such as security clearances and training. Essential deliverables include detailed engineering and logistical reports, design documentation, and progress updates, adhering to strict timelines and quality standards. Most work will occur at government-owned facilities, with a possibility for off-site performance within 30 miles. The RFP emphasizes the importance of maintaining high operational standards and compliance with numerous DoD requirements while supporting the overall mission of enhancing military aircraft readiness. The structured approach ensures contractors provide comprehensive services critical to naval aviation operations, signifying the government’s commitment to efficient and effective aircraft maintenance support.
    Lifecycle
    Title
    Type
    Similar Opportunities
    NAWCWD FY25 Long Range Acquisition Forecast (LRAF)
    Buyer not available
    The Naval Air Warfare Center Weapons Division (NAWCWD) has announced its Fiscal Year 2025 Long Range Acquisition Forecast (LRAF), outlining anticipated contract requirements for various engineering services. This Special Notice serves as an informational guide detailing 26 upcoming contract opportunities, which include projects such as the production of MK-84 modified bomb bodies and the development of advanced weapon system technologies, with expected contract values ranging from under $2 million to over $250 million. These contracts are crucial for enhancing national defense capabilities and advancing military technology, with procurement methods including sole-source awards, small business set-asides, and full and open competitions. For further inquiries, interested parties can contact Kim Matsunaga at kim.s.matsunaga.civ@us.navy.mil or (760) 793-3657, noting that the information provided is subject to change and not binding on the Government.
    Logistics and Sustainment: AE1107C, AE2100D, and AE3007H Rolls-Royce Engines
    Buyer not available
    The Department of Defense, through the Naval Air Systems Command, is seeking sources for logistics and sustainment services related to the AE1107C, AE2100D, and AE3007H Rolls-Royce engines. This procurement aims to ensure the continued operational readiness and maintenance of these aircraft engines, which are critical components in various military aviation applications. The opportunity is categorized under the NAICS code 336412, focusing on Aircraft Engine and Engine Parts Manufacturing, and is vital for maintaining the performance and reliability of naval aviation assets. Interested parties can reach out to Leah Juron at leah.juron.civ@us.navy.mil or Jeffrey Norris at jeffrey.a.norris.civ@us.navy.mil for further details regarding this sources sought notice.
    Facility Maintenance Management and Services
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest (NAVFAC SW), is seeking market capabilities for Facility Maintenance Management and Services. The anticipated procurement involves an Indefinite Delivery Indefinite Quantity Contract valued at approximately $250 million over a potential 90-month period, which includes one base year and six option years, covering a range of operational areas such as Command and Staff, Public Safety, Air Operations, Port Operations, Supply, and Facilities Support. This Sources Sought Notice is intended for preliminary market research to inform future solicitations, and interested firms are encouraged to complete a Market Research Questionnaire by February 25, 2025. For further inquiries, interested parties may contact Maureen Pierre-DeMarco at maureen.pierre-demarco.civ@us.navy.mil or Christopher Jennen at christopher.j.jennen.civ@us.navy.mil.
    J998 - USS SHIP ROH
    Buyer not available
    The Department of Defense, through the Department of the Navy, is preparing to solicit bids for the repair and maintenance of USS ships under the presolicitation notice titled 'J998 - USS SHIP ROH'. This procurement focuses on non-nuclear ship repair services, which are critical for maintaining the operational readiness and safety of naval vessels. The contract will be managed by the NAVSUP FLC Sigonella Naples Office, and interested contractors are encouraged to reach out to the primary contacts, including Nicole Barnhart at nicole.e.barnhart.civ@us.navy.mil, for further details. Specific deadlines and funding amounts have not been disclosed in the overview.
    NAVAIR Procurement Group Electronic Business (eBusiness) Support RFI
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Air Division, is seeking support for the NAVAIR Procurement Group's electronic business systems, as outlined in a Special Notice. The contractor will be responsible for the functional and technical support of the Contracts eBusiness Systems, including the sustainment and modernization of systems such as the Contract Writing Systems (CWS) and Enterprise Resource Planning (ERP) systems, ensuring compliance with federal standards and enhancing procurement processes. This opportunity is crucial for maintaining operational efficiency within NAVAIR's contracting processes and involves collaboration with various stakeholders to integrate these systems with broader Department of Defense platforms. Interested parties can contact Aimee Raley at aimee.k.raley.civ@us.navy.mil for further details.
    FMS Repair N0038325Q185R
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the FMS Repair of a specific aircraft part identified by NIIN 011759063. The procurement involves the repair of one unit, with the serial number to be determined, under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing. This repair service is crucial for maintaining the operational readiness and reliability of military aircraft components. Interested parties can reach out to Danielle M. Cutrera at (215) 697-6566 or via email at DANIELLE.CUTRERA@NAVY.MIL for further details regarding the presolicitation notice.
    NAWCAD Long Range Acquisition Forecast (LRAF) – FY25
    Buyer not available
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division (NAWCAD), has announced the FY25 Long Range Acquisition Forecast (LRAF) for its procurement requirements. This forecast outlines various opportunities for engineering services, particularly in technology and support for military operations, including systems engineering and command & control sectors, over the fiscal years 2024 to 2029. The LRAF serves as a strategic planning tool for potential contractors, detailing Indefinite Delivery Indefinite Quantity (IDIQ) contracts with values ranging from $10 million to over $900 million, while emphasizing the importance of technological advancement in enhancing U.S. military capabilities. Interested parties can reach out to Alfred W. Hensler at alfred.hensler@navy.mil or by phone at 301-757-5934 for further information, noting that updates will be made quarterly and that this notice is for informational purposes only, with no obligation for contract solicitation.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Buyer not available
    Presolicitation DEPT OF DEFENSE, DEPT OF THE NAVY is planning to procure services for the CY2025 F135 COMPONENT IMPROVEMENT PROGRAM. This program aims to provide engineering support for in-service engines of the F-35 Lightning II aircraft. The services will include maintaining flight safety, correcting deficiencies, improving operational readiness, reliability, maintainability, and affordability, as well as testing engines and components. The procurement will be awarded to Raytheon Technologies Corporation, Pratt and Whitney Military Engines on a sole source basis. The order is expected to be awarded by the end of the first quarter of fiscal year 2025 and will support the F-35 U.S. Services, Cooperative Program Partners, and Foreign Military Sales Customers. This notice of intent is not a solicitation, but all responsible sources may submit a capability statement, proposal, or quotation for consideration by the U.S. Government. For subcontracting opportunities, interested parties can contact Raytheon Technologies Corporation, Pratt and Whitney Military Engines.
    F-100 Augmentor Nozzle SE
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the acquisition of the F-100 Augmentor Nozzle, a critical safety item for military aircraft. The procurement aims to acquire 373 units from approved sources, specifically RTX Corporation and Soldream, Inc., with delivery expected by June 30, 2025. This contract action is essential for maintaining the operational readiness of military aircraft, and while the solicitation is not set aside for small businesses, they are encouraged to pursue subcontracting opportunities. Interested parties should note that the estimated issuance of the Request for Proposal (RFP) SPRTA1-25-R-0186 is on February 7, 2025, with a closing date of March 10, 2025. For further inquiries, contact Jeremy Bryant at jeremy.bryant@us.af.mil or call 405-855-7112.
    NUWC Division, Keyport and NSLC Mechanicsburg SeaPort/Service Contract Forecast
    Buyer not available
    The Department of Defense, through the Naval Undersea Warfare Center (NUWC) Division Keyport and the Naval Sea Logistics Center (NSLC) Mechanicsburg, is forecasting upcoming service contract opportunities as of January 23, 2025. The procurement encompasses a range of engineering services, including Acoustic Trial and Range Sustainment, business and engineering support services, and information technology systems support, with a strong emphasis on participation from small businesses and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). These contracts are critical for maintaining operational capabilities across various locations, including Florida, Hawaii, and California, with expiration dates extending into the late 2020s. Interested parties can reach out to David Walz at david.e.walz.civ@us.navy.mil or call 360-315-6791 for further information regarding the opportunities and participation details.