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 Fleet Readiness Center (COMFRC), is seeking qualified contractors to provide enterprise-level logistics and engineering technical support services for naval aircraft and related systems. The procurement aims to enhance sustainability and operational readiness across multiple Fleet Readiness Centers located in the U.S. and Japan, focusing on comprehensive support including technical assistance, engineering analysis, and production support. This opportunity is critical for maintaining the lifecycle of naval aviation assets and ensuring compliance with military standards. Interested parties must submit their capability packages by 1600 EST on October 30, 2024, to Nancy Morris at nancy.t.morris.civ@us.navy.mil, as the anticipated solicitation release is expected in the third quarter of FY 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    Company C is being requested to outline their relevant experience in providing engineering and logistics support for naval aircraft, with a focus on specific task areas listed in the Statement of Work (SOW). The goal is to assess the company's ability to manage complex naval aviation contracts. They are also being asked about their small business status and recommendations for potential changes to increase small business participation as primes. Additionally, the company needs to highlight their ability to obtain necessary security clearances, manage subcontracting teams, and adhere to engineering development processes. The RFP encompasses a wide range of engineering support sub-service areas, logistics, and technical backing sub-service areas, and related tasks. Company C should provide detailed responses, focusing on their experience and capabilities in these areas. The government seeks to award a contract with immediate performance readiness upon award for an undisclosed value. Companies responding to this RFP will have key deadlines and will be evaluated based on their ability to meet the detailed technical requirements and their past performance.
    The procurement objective of RFP N68520-25-0001 is to obtain comprehensive logistics and engineering support services for the Commander, Fleet Readiness Center (COMFRC). The focus is on enhancing naval aviation sustainability by managing multiple aircraft Type/Model/Series and related equipment across various Fleet Readiness Centers (FRCs) in the U.S. and Japan. The main goods and services sought include technical assistance, engineering analysis, production support, and technical writing for aircraft maintenance and modification. The scope involves providing on-site and off-site support at specified FRC locations. On-site work, constituting approximately 65% of the effort, requires compatibility with the government's IT environment, including specific software applications. The contractor will also be responsible for managing subcontractors and ensuring compliance with security and access requirements at these sites. Meanwhile, off-site work, accounting for around 35% of the effort, can be conducted within 30 miles of the primary FRC sites and may involve telework arrangements. Numerous specific engineering and logistics support tasks are outlined, encompassing areas like existing systems support, new system development, reliability analysis, computer-aided design, and production engineering. The contractor must deliver various types of technical data and reports as specified in the Contract Data Requirements List (CDRL). Additionally, the contractor will actively participate in meetings, briefings, and video conferences, ensuring compatibility with the required classification levels. The contract is expected to cover a range of direct costs, including essential travel and material expenses specified in individual task orders. Notably, overtime is not authorized. The contract will also encompass other direct costs, such as temporary travel and incidental supply expenses. Key dates are outlined in the process, with the submission deadline being the most prominent. Offerors must ensure their proposals are submitted before the indicated deadline to be considered. Finally, the evaluation of proposals will consider several factors, with the most prominent being the technical merit of the proposed solutions, including the offered logistics and engineering support services and the qualifications of the personnel who will execute the work. Past performance and cost-related factors are also part of the evaluation criteria.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Reliability Centered Maintenance (RCM) Analysis Support Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for Reliability Centered Maintenance (RCM) Analysis Support Services through solicitation N6852024R0044. The objective of this procurement is to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Cost Plus Fixed Fee (CPFF) line items to support the Naval Aviation Enterprise by analyzing aircraft engines, systems, and support equipment, including Condition-Based Maintenance Plus (CBM+) and Integrated Maintenance Concept and Plan (IMC/P) support. This contract is crucial for enhancing the reliability and operational readiness of naval aviation assets, ensuring compliance with Department of Defense specifications and performance requirements. Interested parties must submit their proposals electronically by the specified deadline, with inquiries directed to Robert Miedzinski at robert.m.miedzinski.civ@us.navy.mil or Jessica McGee at jessica.l.mcgee14.civ@us.navy.mil.
    PRODUCT FAMILY SUPPORT SERVICES
    Active
    Dept Of Defense
    The Department of Defense, specifically the Southwest Regional Maintenance Center (SWRMC) of the Department of the Navy, is preparing to solicit proposals for Product Family Support Services under solicitation N55236-25-R-3000. The objective of this procurement is to secure a contractor capable of providing a comprehensive range of maintenance, repair, and assessment services to support the U.S. Navy fleet, particularly focusing on intermediate-level maintenance and repair for over 100 surface ships and submarines. This contract, which will be awarded as a Cost-Plus Fixed-Fee arrangement, is crucial for ensuring the operational readiness of naval assets in the Southwest U.S. region and is anticipated to have a base period of twelve months with four one-year options. Interested vendors should direct their inquiries to Kathy Choi or Dayen Lagunas via email by November 8, 2024, as a formal solicitation is expected to be issued in November 2024, with contract award anticipated in the fourth quarter of fiscal year 2025.
    C-130 Maintenance & Repair Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for maintenance and repair services for the KC-130J aircraft under contract number N6264924R0029. The procurement aims to secure qualified contractors to provide both scheduled and unscheduled maintenance, technical directives, and full supply support, ensuring the operational readiness of the aircraft used by the U.S. Marine Corps. This contract is critical for maintaining military aircraft, with a maximum ceiling of $374,293,250 and a minimum order obligation of $5,000, reflecting the importance of reliable maintenance services in military operations. Interested contractors must submit their proposals electronically by 1600 JST on November 13, 2024, and can direct inquiries to the primary contacts, Sara Robinson and Jonathan Groeschel, via their provided email addresses.
    FURY PRODUCT SUSTAINMENT AND ENGINEERING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Weapons Division (NAWCWD), is seeking a contractor for the sustainment and engineering of FURY products, which are critical for electronic warfare training and operational readiness. The procurement involves a Firm Fixed-Price contract under sole source acquisition procedures, focusing on the development, upgrade, and life cycle sustainment of FURY systems to enhance aircrew operational capabilities. The contractor will be responsible for maintaining system configurations, conducting diagnostics, managing cybersecurity protocols, and delivering technical documentation, with significant penalties for non-compliance due to the sensitive nature of the information involved. Interested firms must submit a capability statement referencing solicitation number N6893624R0021 within 15 days of this notice, and can contact Joanna Capazzi or Christopher N. Bigelow for further details.
    N00383-24-R-9520
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Weapon Systems Support, is soliciting proposals for a three-year Requirements contract focused on the repair and modification of specific aircraft parts and auxiliary equipment. Contractors are required to submit quotes that include a firm-fixed price, adhering to the Statement of Work to ensure all items are returned to a Ready For Issue (RFI) condition. This procurement is critical for maintaining the operational readiness of defense systems, emphasizing compliance with security protocols and proper handling of Government Furnished Property. Interested contractors must submit their quotes via email to Linda Vong at linda.vong2.civ@us.navy.mil by the specified closing date outlined in the solicitation.
    C-40A Engine CFM56-7B24 Repairs and Overhauls
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking proposals for the overhaul and repair services of forty-three (43) CFM56-7B24 engines in support of the C-40A Aircraft. This procurement will be executed via a single source Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, following a formal Request for Proposal (RFP) process that includes prior notices and drafts. The engines are critical components for the C-40A Aircraft, which plays a vital role in military logistics and transport operations. Interested parties must submit their proposals by 4:30 PM EST on December 20, 2024, and may direct questions to Lindsay Hurley at lindsay.hurley@navy.mil by October 25, 2024, to ensure timely responses from the Government.
    16--NRP,POWER SUPPLY C3
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting bids for the procurement of three units of the NRP, Power Supply C3, under solicitation number N00383-24-Q-M239. This procurement is critical as it involves the supply of miscellaneous aircraft accessories and components, which play a vital role in supporting naval operations. Interested vendors must submit their quotes via email to Ethan Stein at ethan.stein@navy.mil by the extended deadline of November 18, 2024, and must ensure compliance with government source approval requirements to be considered for the award.
    CY2025 F135 COMPONENT IMPROVEMENT PROGRAM
    Active
    Dept Of Defense
    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.
    L--Technical Representative Services
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVSUP FLT LOG CTR PUGET SOUND is seeking Technical Representative Services. These services will provide on-site support and technical oversight to install, flush, and test CPP Valve Rod Assembly and Prairie Air Tube Assembly. The services will be fulfilled at U.S. Naval Ship Repair Facility Japan Regional Maintenance Center (SRF-JRMC), Yokosuka, Japan. The procurement will be awarded to Rolls-Royce Marine North America on an unrestricted sole source basis. Interested parties can express their interest or submit proposals before the offer due date. The solicitation will be posted on the NECO website on or about October 17, 2019, with proposals due by October 22, 2019. The contract will be a Firm Fixed-Price, Service type contract awarded in accordance with FAR parts 12 and 13.5. Evaluation will be conducted using 52.212-2 Evaluation of Commercial Items. All responsible sources may submit a proposal. The solicitation and any amendments will be posted on the NECO website. Offerors are responsible for downloading the solicitation and monitoring the website for amendments. No telephone or fax requests will be accepted, and electronic submission of proposals/quotes via NECO is not available at this time.
    PMA-265 Fleet Support Representatives for Servo-Cylinder Test Station (STS) Bench
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), intends to negotiate a sole source contract with The Boeing Company for Fleet Support Representative (FSR) services related to the Servo-Cylinder Test Station (STS) Bench. The FSR will provide essential technical support for maintenance and repair operations at Marine Aviation Logistic Squadrons (MALS) 31, 11, and 41, specifically addressing the obsolescence upgrade of the STS and ensuring effective communication of weapon system performance issues. This acquisition is critical as Boeing is the sole designer and manufacturer of the STS, possessing the unique expertise required for this support. The contract is set to commence on January 1, 2025, and conclude on December 31, 2025. Interested parties can reach out to Reannda Bill at reannda.l.bill.civ@us.navy.mil or Jennifer Lauver at jennifer.l.lauver.civ@us.navy.mil for further inquiries.