Maintenance Support Services
ID: W58RGZ-25-R-0004Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RSAREDSTONE ARSENAL, AL, 35898-5090, USA

NAICS

Other Support Activities for Air Transportation (488190)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS (J015)
Timeline
    Description

    The Department of Defense, through the Army Contracting Command-Redstone Arsenal, is seeking qualified contractors to provide Maintenance Support Services (MSS) for the Royal Saudi Land Forces Aviation Corps (RSLFAC) in Saudi Arabia. The procurement aims to deliver comprehensive aviation maintenance, training, and logistics support for various rotary wing aircraft over a five-year period, which includes a base year and multiple option years. This initiative is crucial for maintaining operational readiness and ensuring compliance with both U.S. and Saudi Arabian military standards. Interested parties must submit their capabilities statements by 5 PM EST on November 20, 2024, to Velma L. Howard at velma.l.howard.civ@army.mil, with the potential for a competitive award anticipated by May 3, 2026.

    Files
    Title
    Posted
    The Statement of Work (SOW) under Solicitation W58RGZ-25-R-0004 outlines the requirements for Maintenance Support Services (MSS) for the Royal Saudi Land Forces Aviation Corps (RSLFAC). This contract aims to deliver aviation maintenance, training, and logistics support for rotary wing aircraft over a five-year duration, which includes a base year and potential extensions. Key responsibilities involve staffing, aircraft maintenance, logistics operations, and compliance with both U.S. and KSA regulations, ensuring a “best value” approach for both parties. RSLFAC is tasked with providing necessary facilities and training materials, whereas the contractor must adhere to established safety and performance standards, and maintain comprehensive training records for all personnel. The document specifies rigorous procurement and funding guidelines, defines security clearance requirements, and mandates annual reporting. Furthermore, it emphasizes program management through regular reviews and incident management protocols. The SOW fundamentally serves the dual purpose of facilitating RSLFAC's operational capabilities while fulfilling contractual obligations of the U.S. Government, ensuring collaborative support that aligns with military standards and international agreements in defense and logistics operations.
    The document is a definitions and acronyms list related to the Maintenance Support Services solicitation W58RGZ-25-R-0004, provided by the U.S. Army. Its purpose is to establish clear terminology and acronyms relevant to the project, facilitating effective communication between stakeholders involved in the procurement and management processes. Key points include explanations of critical terms such as "Causative Research," detailing the investigation of inventory discrepancies, and "Comprehensive Management Plan (CMP)," which outlines the contractor's overall management approach for contract performance. Acronyms such as "PCL" (Procurement Contracting Officer) and "AVIM" (Aviation Intermediate Maintenance) are included to streamline references within official communication. The document is structured with a change history section, outlining revisions made to reflect updates, and divides definitions and acronyms into clear, accessible categories. The organization supports the solicitation's overarching goal of ensuring a comprehensive understanding of contract specifications and expectations. Ultimately, this document is an essential resource for parties involved in the solicitation as they engage in the Lifecycle support of aviation operations, ensuring adherence to standards and clarity in collaboration.
    The document, titled "DCMA Instruction 8210-1D," outlines the requirements for flight and ground operations involving contractors who are engaged in aircraft operations. Effective from February 6, 2023, it supersedes previous instructions and consolidates responsibilities across various military branches, including the Army, Navy, Air Force, and Coast Guard. The primary purpose is to establish protocols for Government Flight Representatives (GFRs), required procedures for contractors, and approval processes for flight operations. Key points include the necessity for contractors to develop written Procedures, the role of GFRs in maintaining oversight of flight operations, and the requirement for waivers from specific instructional guidelines under certain conditions. The document emphasizes safety management, risk mitigation, and ensures compliance with applicable federal regulations, such as the Privacy Act of 1974. The structure includes sections detailing responsibilities, procedures for waivers and approvals, specific flight and ground operations requirements, and mandates for documentation and safety evaluations. As a guidance document for contractors involved in military aviation operations, it aims to safeguard both personnel and equipment while adhering to operational standards set by the Defense Contract Management Agency (DCMA).
    The DD Form 1423-1 is a Contract Data Requirements List (CDRL) utilized by the Department of Defense (DoD) to outline data submission requirements needed from contractors. It specifies various details such as the data item title, submission frequency, distribution instructions, and export controls for technical data related to the contract in question. The primary data item listed is a "Personnel Report" related to manning accountability, with submission requirements and government approval processes clearly outlined. The form instructs for information to be sent to specific Army personnel via email, highlighting the necessity of compliance with export control regulations. Additionally, the document provides guidance for both government personnel and contractors on filling it out, specifying categories of data items and how to estimate costs for data preparation and delivery. This form plays a critical role in ensuring that all contractual data submissions adhere to DoD standards, thus facilitating transparency, accountability, and the timely acquisition of necessary data.
    The document is a government form (DD Form 1423-1) detailing data requirements for contracts, specifically focusing on a contractor's submission of Standard Operating Procedures related to Safety Management. It serves as a Contract Data Requirements List (CDRL) identifying the specifics for how contractors must organize and submit essential data items to the U.S. Army Aviation and Missile Command. Key aspects include item definitions for both Government and Contractor, including how data should be formatted, submission timelines (annually and after any significant changes), and the purpose of data items in supporting primary contract efforts. The form outlines regulations regarding the distribution and export control of sensitive technical data under U.S. laws. There are also instructions for both Government personnel and Contractors on filling out the form correctly, detailing the procedures to follow for approvals and submissions. Overall, this document is essential for ensuring that the contractor adheres to government standards and regulations regarding the management and dissemination of specific operational data, reinforcing compliance and safety in public contracts.
    The DD Form 1423-1 outlines the requirements for the submission of data items under government contracts, specifically related to the contractor's standard operating procedures (SOP). It emphasizes the need for specific data related to operational guidelines and the timetable for submissions. The form details the responsibilities of the contractor and requiring office regarding data approval, frequency of submissions, and distribution. Key elements include inspection requirements, export control warnings, and the classification of data item types. Moreover, it categorizes data items into four price groups based on their importance and the work involved in delivering these data items. The document necessitates careful adherence to these guidelines to ensure compliance with defense regulations and demonstrates the government’s intent to maintain control and oversight over contracted data submissions. Overall, this form serves as a structured approach for capturing essential management data necessary for effective contract execution.
    The DD Form 1423-1 outlines the Contract Data Requirements List for the Department of Defense, particularly focusing on the requirement for contractors to submit meeting minutes and reports on a monthly basis. It specifies details such as the data item number (A004), submission frequency, and the government's obligation to approve or disapprove submitted data within 30 working days. If disapproved, contractors are given 10 days to resubmit with necessary revisions. The document emphasizes the importance of secure handling and distribution of technical data, highlighting export controls under relevant U.S. laws, including the Arms Export Control Act and the Export Control Reform Act. Additionally, it provides structured guidance for contractors in completing the form, detailing pricing group definitions and requirements related to various data types. This form serves as a critical tool for ensuring compliance and effective communication between the government and contractors under federal grants and contracts.
    The document outlines the Contract Data Requirements List (CDRL) as specified by DD Form 1423-1, detailing the submission and approval process for a "Phase-Out Transition Plan" data item related to a government contract. It focuses on requirements for contractors, including data item titles, references to contract clauses, the technical office responsible, and distribution statements. The document specifies submission frequency, initial and subsequent submission dates, and the requirement for government approval, which must occur within 30 working days of receipt. It highlights the importance of export control measures, emphasizing the need for compliance with various legislation regarding technical data dissemination. The document serves as a guideline for both government personnel and contractors, detailing the costs associated with different types of data submissions and establishing responsibilities for the preparation and delivery of these items. Overall, it functions as a critical regulatory tool in ensuring that contractors meet precise data requirements in government contracting scenarios.
    The document outlines the requirements for submitting the Contractor's Progress and Status Report (Data Item A006) as part of a government contract. It specifies that this report, which falls under the management category, must be submitted monthly, with the first submission due 30 days after contract award. The contractor is obligated to resubmit any disapproved drafts within ten working days post-receipt of the Government's comments. The distribution statement limits dissemination to authorized personnel and emphasizes the need for export control due to sensitive technical data involved, governed by the Arms Export Control Act and other regulations. Contractors must submit data in either Microsoft Word or Adobe Acrobat formats, following specified guidelines for content and layout. The document includes detailed instructions on filling out the form, identifying the type of data category (Technical Data Package, Technical Manual, etc.), and determining price groupings for the data item. Overall, the form facilitates the structured submission and approval of necessary contractor data, ensuring compliance with government standards and missions related to defense and technical reporting.
    The DD Form 1423-1 serves to outline Contract Data Requirements Lists (CDRL) for government contractors, detailing the specifications and requirements for data submissions related to defense contracts. The form categorizes data items, specifies submission frequency, and designates responsible offices. It highlights the need for technical reports, particularly focusing on an expenditure/disbursement report. The contractor must submit this report monthly, with deadlines for submissions and approvals clearly outlined. The document emphasizes the importance of compliance with export control laws, which restrict the dissemination of technical data and impose penalties for violations. Guidance is provided for categorizing data items into price groups based on their necessity for contract performance. The form aims to streamline the data collection process while ensuring adherence to regulatory standards, thus enhancing operational efficiency within government contracting.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Royal Saudi Naval Forces Surface Training Systems Sustainment
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Training Systems Division, is announcing a special notice for the sustainment of the Royal Saudi Naval Forces Surface Training Systems. This opportunity involves engineering services related to the maintenance, repair, and rebuilding of training aids and devices, which are critical for the operational readiness of naval forces. The project has been renumbered for fiscal year 2025, reflecting an update in its title and scope, emphasizing the importance of contractor logistics support and instructor services. Interested parties can reach out to Elle Henning at elle.a.henning.civ@us.navy.mil for further information, although this notice does not constitute a commitment to procure services or products.
    MH-60R Saudi Upgrade/Tech Refresh DRAFT RFP Notice
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division, is issuing a Draft Request for Proposal (RFP) for a technology refresh and Systems Configuration 24 (SC24) upgrade to the Royal Saudi Naval Forces' MH-60R Tactical Operational Flight Trainer (TOFT) located in the Kingdom of Saudi Arabia. This procurement is part of a Foreign Military Sales (FMS) initiative and is exclusively available to awardees of the Training Systems Contract IV (TSC IV). The upgrade is critical for enhancing the operational capabilities of the RSNF's training systems, ensuring they meet current technological standards. Interested parties can reach out to Jeannice Machado at jeannice.m.machado.civ@us.navy.mil or call 407-380-4735 for further details.
    Industry Day Notice MH-60R Saudi Upgrade/Tech Refresh
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division (NAWCTSD), is hosting an Industry Day on October 29, 2024, to discuss the upcoming Request for Proposal (RFP) for the MH-60R Tactical Operational Flight Trainer (TOFT) Upgrade and Tech Refresh project for the Royal Saudi Naval Forces (RSNF). This event aims to provide potential vendors with an overview of the draft solicitation and facilitate open communication regarding the project requirements. The MH-60R TOFT is crucial for enhancing the training capabilities of the RSNF, ensuring operational readiness and effectiveness. Interested parties are encouraged to attend, and inquiries must be submitted in writing to maintain transparency; the final RFP is expected to be released on November 18, 2024. For further information, contact Jeannice Machado at jeannice.m.machado.civ@us.navy.mil or Jason Harvey at Jason.G.Harvey@navy.mil.
    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.
    FUEL PROGRAM RECURRING MAINTENANCE AND MINOR REPAIR
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified contractors for the Fuels Recurring Maintenance and Minor Repair (RMMR) program, aimed at providing essential maintenance and repair services for federal petroleum facilities and systems. The procurement focuses on ensuring compliance with the Unified Facilities Criteria (UFC) 3-460-03, which outlines the necessary maintenance tasks for military fuel systems, including inspections, repairs, and documentation of deficiencies. This program is critical for maintaining operational readiness and safety in military fueling operations, supporting various branches of the military and the Defense Logistics Agency (DLA). Interested contractors must submit their qualifications by November 25, 2024, and can contact Felicia Stewart at felicia.stewart@usace.army.mil or Lashonda Smith at lashonda.c.smith@usace.army.mil for further information.
    Multi-Mission Surface Combatant (MMSC) Bridge Part Task Trainer (BPTT) Parts Kit
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Training Systems Division, is seeking qualified small businesses to provide a parts kit for the Multi-Mission Surface Combatant (MMSC) Bridge Part Task Trainer (BPTT) Device for the Royal Saudi Naval Force. The procurement includes essential components such as a VMFT Radar Server and an Electronic Chart Display Information System (ECDIS), which are critical for enhancing the training capabilities at the MMSC Training Facility in Jacksonville, Florida. This initiative underscores the U.S. government's commitment to supporting international defense cooperation and improving logistical capabilities for foreign military forces. Interested vendors must submit their quotations by 10:00 AM (EST) on October 30, 2024, and can contact Kirsten Pruim at Kirsten.p.pruim.civ@us.navy.mil or Irene Davis at irene.c.davis5.civ@us.navy.mil for further information.
    Screening Information Request (SIR)/Request for Proposal (RFP): Beechcraft King Air 300/360 Maintenance Support
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for maintenance support services for its Beechcraft King Air 300 and 360ER aircraft fleet. The procurement involves an indefinite delivery/indefinite quantity (ID/IQ) contract that encompasses scheduled and unscheduled maintenance, technical support, and AOG (Aircraft on Ground) services, ensuring the aircraft remain airworthy and mission-capable. This initiative is critical for maintaining operational readiness and compliance with FAA regulations, reflecting the importance of reliable aviation support services. Proposals are due by November 1, 2024, at 3:00 PM CT, and interested contractors should direct inquiries to Contracting Officer Stephanie Riddle at stephanie.r.riddle@faa.gov.
    SPRRA1-24-R-0063
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, AL, is soliciting proposals for a firm fixed-price contract to supply fuel cells and containers manufactured by Robertson Fuel Systems, LLC. The procurement requires annual deliveries of five units over a five-year period, commencing 420 days after contract award, with strict adherence to military packaging standards (MIL-STD-129) and unique item identification for items valued at $5,000 or more. This contract is crucial for maintaining operational readiness and compliance with military specifications. Interested suppliers should direct all correspondence to Rhondalyn Mack at rhondalyn.mack@dla.mil or Scott Wilhite at SCOTT.WILHITE@DLA.MIL, ensuring they meet the outlined quality and inspection standards.
    Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) System
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command in New Jersey, is seeking proposals for the acquisition of Maintenance Support Device-Version 4 Rugged and Light (MSD-V4R and MSD-V4L) Systems. This procurement aims to fulfill a requirement from the Office of the Product Director Test Measurement and Diagnostic Equipment, providing modular, soldier-portable automatic test equipment essential for maintenance personnel to enhance system testing capabilities. The contract will be structured as a single award Indefinite Delivery/Indefinite Quantity (ID/IQ) with a minimum guarantee of 40 First Article Test Units over five years, with a formal solicitation anticipated to be issued around August 20, 2024. Interested parties should direct inquiries to Contracting Officer Donna Gill-Cadogan at donna.v.gill-cadogan.civ@army.mil or Contract Specialist David S. Gordon at david.s.gordon26.civ@army.mil, and note that the proposal submission deadline has been extended to November 11, 2024.
    2840 - FMS Repair of ROTOR, TURBINE, AIRCR (2 units)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking contractors for the repair of two units of ROTOR, TURBINE, AIRCR for the F-18 Fighter Jet, intended for the country of Kuwait. The procurement requires eligible contractors to provide labor, materials, and facilities necessary to restore these government-owned articles to operational condition, as the government lacks the data to perform the repairs or manufacture the items. This opportunity is critical for maintaining the operational readiness of the F-18 Fighter Jet, a vital asset in military operations. Interested parties must submit their capability statements within five days of the notice publication, and inquiries can be directed to Carmelena Oldroyd at 215-697-9035 or via email at carmelena.oldroyd@navy.mil.