Aviation Maintenance and Support Services (AMSS)
ID: 15F06724R0000230Type: Solicitation
Overview

Buyer

JUSTICE, DEPARTMENT OFFEDERAL BUREAU OF INVESTIGATIONFBI-JEHWASHINGTON, DC, 20535, 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 Justice, specifically the Federal Bureau of Investigation (FBI), is seeking contractors to provide Aviation Maintenance and Support Services (AMSS) for its Critical Incident Response Group (CIRG). The procurement aims to secure full-scope fixed and rotary wing aviation support, including aircraft maintenance, operational support, and training for over 100 special mission aircraft across the United States. This contract is critical for ensuring the FBI's aviation resources are mission-ready and compliant with FAA regulations, thereby supporting national security operations. Interested bidders should note that the due date for proposals has been extended to October 1, 2024, by 4 PM EST, and can direct inquiries to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov or Nicolas Shockley at ncshockley@fbi.gov. The anticipated contract value is up to $100 million, with a base period of one year and four optional extension years.

    Point(s) of Contact
    Melissa J. Golicz, Contracting Officer
    mgolicz@fbi.gov
    Nicolas Shockley
    ncshockley@fbi.gov
    Files
    Title
    Posted
    The document pertains to a government solicitation for proposals (RFPs) and grants at federal, state, and local levels. Its primary objective is to invite organizations to submit proposals that align with identified funding priorities, addressing various public needs through innovative solutions. Key themes include eligibility requirements for applicants, the scope of work expected, necessary qualifications, and evaluation criteria for proposal assessment. Supporting details outline the application process, including submission guidelines, deadlines, and budgetary considerations. The document emphasizes fostering partnerships with community-based organizations to enhance service delivery in targeted areas, such as health, education, and infrastructure improvement. Further, it underscores accountability measures and the importance of performance metrics to evaluate the effectiveness of funded projects. The tone remains formal and structured, focusing on creating a transparent and competitive environment for potential bidders to engage meaningfully with government agencies. Overall, the document serves as a comprehensive guideline for prospective applicants seeking federal and state resources to implement impactful initiatives.
    The provided file serves as a template for collecting critical information from companies submitting proposals in response to federal or state and local Requests for Proposals (RFPs) and grant applications. It requires the completion of various fields including the company name, solicitation number, and personal details about key management personnel such as legal name, position title, Social Security number, date of birth, place of birth, and citizenship status. The purpose of this document is to ensure transparency and verify the credentials of individuals involved in the proposal process. Gathering such personal information is essential for compliance with federal regulations and for evaluating the qualifications of bidders. By standardizing this data collection, the document aids in streamlining the evaluation of applicants and maintaining a record that can be audited for adherence to legal and regulatory requirements.
    The document outlines a set of acquisition risk questions aimed at organizations responding to federal requests for proposals (RFPs) and grants. It focuses on the presence of foreign ownership and influence in American entities, assessing risks associated with foreign interests. Key inquiries include whether any foreign individual or entity possesses significant ownership stakes, the existence of foreign individuals in key management positions, and any contractual relationships with foreign interests. Additional questions explore financial liabilities to foreign entities, income derived from foreign sources, and the extent of foreign influence over corporate governance. Essentially, the document seeks detailed disclosures to evaluate potential foreign risks and ensure compliance with national security regulations in contractual arrangements with federal and state/local government entities. This examination is critical to safeguarding sensitive information and maintaining control over American companies involved in government projects.
    The Performance Work Statement (PWS) outlines the requirements for providing Aviation Maintenance and Support Services to the Critical Incident Response Group (CIRG) of the FBI. The primary objective is to ensure safe and effective aircraft operations, including comprehensive maintenance and operational support for more than 100 special mission aircraft across the U.S. The contractor is responsible for all levels of aircraft maintenance, including inspections, servicing, and backshop support, adhering to FAA regulations and FBI policies. Key responsibilities include maintaining an FAA Part 145 Repair Station certification, providing mission-ready personnel, and establishing strong relationships with government representatives. The contractor must also manage logistics involving government-furnished equipment and facility access, ensuring compliance with safety and security standards. Furthermore, administrative tasks such as employee training, documentation support, and quality assurance processes are essential to successful contract execution. The document emphasizes a partnership approach between the contractor and the FBI to promote efficiency, safety, and continuous improvement. The contractor is encouraged to propose innovative maintenance practices to enhance service delivery while ensuring the assigned aircraft maintain operational readiness at all times.
    The document outlines a Price Template as part of a federal RFP process (DJF-17-1200-R-0000064) for Surveillance and Aviation Section services across multiple locations, including Manassas, Pt. Mugu, Lakenhurst, Atlanta, Chicago, and Denver. It specifies labor categories such as Lead Aircraft Technician, Airframe and Power Plant Specialist, and Inventory Specialist, detailing the quantity of hours (2000 per position) required for both base and option years. Each location has specific Contract Line Item Numbers (CLINs) corresponding to these roles, with a matrix for pricing input. The document includes a summary section for inputting company data and evaluated prices. The purpose is to solicit proposals for these services while ensuring transparency in pricing and labor requirements. The structure emphasizes consistency across locations for ease of comparison, making it a critical tool for bidders in government contracts.
    The document outlines the federal and state grant programs and RFPs aimed at supporting various initiatives across local communities. It serves as a resource for understanding the opportunities available for funding and assistance in areas such as infrastructure, education, health, and social services. Key components include eligibility criteria, application processes, funding amounts, and deadlines necessary for potential applicants to navigate the funding landscape effectively. The document is structured to provide clear guidance on how to apply for grants and respond to RFPs, detailing the steps to create competitive proposals. It emphasizes compliance with regulatory frameworks and the importance of aligning project goals with federal and state priorities. Overall, the aim is to equip stakeholders with the knowledge to leverage these financial resources for community development, emphasizing the collaborative role of government in fostering economic and social well-being.
    The Award Fee Determination Plan (AFDP) outlines the evaluation and fee determination process for a Contractor providing aviation maintenance and support services at an FBI facility. The plan emphasizes ethical management and establishes a framework for assessing Contractor performance over a contract term of up to 66 months, starting on October 16, 2024. Performance will be gauged bi-annually across categories including Quality of Work, Efficiency and Timeliness, Safety and Compliance, Customer Satisfaction, and Cost Control, each affecting the total award fee percentage. The evaluation process involves various personnel, including a Contracting Officer’s Representative (TPOC), the Award Fee Determining Board (AFDB), and a Fee Determining Official (FDO), ensuring thorough monitoring and documentation of performance results. The AFDB will evaluate performance reports and make recommendations to the FDO, who will make final award fee decisions. The plan fosters clear communication between all parties to promote high standards and facilitate necessary corrective actions. Overall, the AFDP serves as a guiding document to ensure accountability, fairness, and integrity in the management of the aviation support services contract.
    The Federal Bureau of Investigation (FBI) seeks aviation maintenance and support services for its Critical Incident Response Group (CIRG). This 24/7/365 contract covers a range of tasks to keep the FBI's fleet of over 100 fixed and rotary wing aircraft mission-ready. The scope includes field and backshop maintenance, special mission equipment support, operational and training assistance, and administrative duties. Contractor personnel must have security clearances and adhere to strict safety and security protocols. Government-furnished property and data will be provided, while the contractor is responsible for certain administrative and logistical support. The work spans multiple domestic sites, with potential foreign operations, requiring a flexible approach. The contractor will collaborate closely with the FBI, providing weekly performance updates and recommendations for improvements. The emphasis is on safety, efficiency, and cost-effectiveness, with OEM training and a robust recruitment strategy. The contract includes provisions for emergency support, contingency planning, and strict record-keeping. Overall, the FBI seeks a reliable partner to ensure its aviation capabilities are ready for critical incidents and law enforcement missions.
    This document outlines wage rates for various job classifications at Stafford Regional Airport, VA, Manassas Regional Airport, VA, Pt Mugu, CA, and Lakehurst, NJ, reflecting annual increases of 4% each year from October 1, 2022, through October 1, 2026. It details positions such as Aircraft Mechanic II, lead mechanics, and inventory specialists, specifying their hourly wages for each year listed. The wage rates indicate a structured compensation scheme maintained by both the Company and the Union, showing a commitment to fair labor practices and adherence to negotiated agreements. The information is relevant for government contracts, ensuring compliance with federal and local wage standards when responding to RFPs and grants that may involve these job categories.
    The Collective Bargaining Agreement between Skyquest Aviation, LLC and the International Association of Machinists and Aerospace Workers Local Lodge No. 10, effective from April 30, 2022, to April 29, 2027, outlines employment conditions for aircraft technicians. It establishes wage structures, work hours, and grievance procedures while emphasizing non-discrimination and management rights. Key provisions include recognition of the Union, a no-strike clause, and a detailed grievance procedure requiring steps from informal resolution to arbitration. Employees are entitled to various benefits, including health and welfare, vacation, sick leave, and 401k contributions, alongside allowances for tool maintenance. The agreement prioritizes safety, drug-free workplace policies, and employee discipline processes. It mandates adherence to all relevant laws and outlines the responsibilities of management and the Union, ensuring fair treatment and clear communication. The document serves to protect employees' rights while providing operational guidelines for the company, aligning with government RFPs and contractual obligations to federal clients.
    The document pertains to a Request for Proposal (RFP) issued by the FBI for aviation support services, detailing various questions raised by industry stakeholders and the FBI's corresponding clarifications. Key topics include security clearance requirements, contract performance timelines, subcontracting plans, pricing structures, and the criteria for labor categories. The FBI has indicated that not all personnel need a Top Secret clearance; this will depend on individual task orders. The anticipated contract award date is set for November 1, 2024, with a proposed base contract period of one year and four optional extension years. Responsible documentation submission timelines, for instance, finalized invoices, must align with government guidelines. Furthermore, small business participation will be monitored at the IDIQ level, emphasizing the need for a clear subcontracting strategy. The RFP contains language detailing labor hour pricing templates and expects comprehensive transition plans from contractors. The FBI intends for the offerors to develop robust plans ensuring a seamless provisioning of services, emphasizing safety regulations and program management throughout the contract's lifecycle. This RFP underscores the government's commitment to establishing a reliable aviation support structure while ensuring compliance and efficient service delivery.
    The document outlines responses to industry questions regarding a Federal Bureau of Investigation (FBI) Request for Proposals (RFP). It includes a compilation of questions submitted by industry partners alongside corresponding responses from the FBI, indicating whether each response resulted in an amendment to the RFP. The primary purpose of this document is to clarify aspects of the RFP process for potential bidders, ensuring transparency and understanding of expectations. It aims to facilitate informed participation in the bidding process by addressing concerns and queries related to the RFP. The structure consists of a question-answer format, which systematically provides insights and guidance from the FBI, reflecting a commitment to engaging with industry participants and fostering collaboration in meeting federal needs. The information is critical for stakeholders as it outlines procedural clarifications and potential changes, thereby impacting how proposals may be developed in response to the RFP.
    The document outlines a solicitation for an Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at procuring aviation mechanic support services for various locations within the United States. The contract is designed to have a ceiling of $100 million, offering a blend of fixed and performance-based pricing models (Cost Plus Award Fee). It includes a base period of one year followed by four optional years, with potential extensions based on task orders. Key components of the procurement include personnel requirements, quality control measures, a comprehensive award fee plan, and strict adherence to security protocols, including background checks and non-disclosure agreements. Performance metrics focus on quality, efficiency, safety, customer satisfaction, and cost control, with evaluations conducted quarterly. The contractor must be capable of providing qualified personnel across multiple sites, including Washington D.C., California, and other specified locations, offering extensive data on all employment standards. Furthermore, this solicitation emphasizes the importance of managing costs and meeting stringent performance criteria, reflecting the government's commitment to effective and compliant service delivery within aviation maintenance operations. The anticipated timeline for the contract spans a total of 66 months, optimizing both service dependency and fiscal accountability.
    The Visitor Access Request (VAR) outlines procedures for individuals from other government agencies or cleared contract companies seeking access to FBI facilities and classified information. A VAR must be processed through the Clearance Passage and Sub-Programs Unit and must include critical details such as full legal name, Social Security number, clearance level, background investigation specifics, and the purpose and time frame of the visit. Requests should be submitted at least five business days prior to the visit and through specified channels, highlighting the need for proper approval from the requesting organization's security officer. Non-cleared individuals are not accepted, and any pending incident reports must be disclosed. This document serves to ensure secure and regulated access to FBI resources, emphasizing the importance of clear communication and compliance with security protocols among government and contractor personnel.
    Lifecycle
    Similar Opportunities
    Enterprise Facilities Operation and Maintenance (EFOM)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is soliciting proposals for the Enterprise Facilities Operation and Maintenance (EFOM) services across various locations in the United States. This procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract for facility operations and maintenance, requiring licensed contractors to provide essential services such as preventive and corrective maintenance, as well as operational support for critical infrastructure, including data centers and utility plants. The contract has a total ceiling value of $400 million, with a base period of one year and four optional renewal years, emphasizing the importance of maintaining efficient and secure operational facilities. Interested parties must submit their proposals by September 23, 2024, and can direct inquiries to Contracting Officer Melissa J. Golicz at mgolicz@fbi.gov.
    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. The procurement involves an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract that includes scheduled and unscheduled maintenance, engineering support, and parts rental, ensuring compliance with FAA regulations and operational readiness of the aircraft. This contract is critical for maintaining the FAA's fleet capabilities, with a total estimated value of $4,875,000 over a performance period from February 3, 2025, to February 2, 2030, including four optional extension periods. Proposals are due by 3:00 PM Central Time on October 9, 2024, and must be submitted electronically to the Contracting Officer, Stephanie Riddle, at stephanie.r.riddle@faa.gov.
    Amendment 0001 to Solicitation for General Aviation (GA) Systems Training on 8 Various Aircraft
    Active
    Transportation, Department Of
    The Federal Aviation Administration (FAA) is seeking proposals for General Aviation (GA) Systems Training on eight specific aircraft types, including models from BeechJet, Gulfstream, LearJet, Bombardier, Cessna, and de Havilland. The contract will be a Fixed Price - Indefinite Delivery/Requirements type, with a performance period spanning from November 8, 2024, to November 7, 2029, aimed at equipping FAA inspectors with essential operational skills through approximately 40 hours of instructor-led training. This initiative is crucial for maintaining high training standards within the FAA workforce, ensuring qualified inspectors are prepared to uphold operational excellence. Interested vendors must submit their technical and cost proposals by 5:00 P.M. CT on August 20, 2024, and can direct inquiries to Shelley Howard at shelley.a.howard@faa.gov.
    FMS Navigational Database
    Active
    Justice, Department Of
    The U.S. Marshals Service (USMS) is seeking to negotiate and award a contract for a worldwide subscription to electronic navigational database services, specifically to support the functionality of aircraft flight management computers (FMC). This procurement aims to provide current and accurate navigational flight data in electronic format, which is essential for pre-flight planning and airborne operations. The contract period is set from October 1, 2024, to September 30, 2025, with Boeing Digital Solutions, Inc. identified as the intended sole source provider. Interested parties may submit information in response to this notice by emailing Victor J. Stamps at victor.j.stamps@usdoj.gov by 12:00 pm CST on September 24, 2024; however, no unsolicited proposals will be considered.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source due to proprietary data restrictions and the critical nature of the services required. This contract, valued at approximately $29.3 million over five years, includes a one-year base period and four option years, with proposals due by September 18, 2024, and all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil.
    Web Based Postage Services
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking proposals for a contract to provide 24/7 web-based postage services for its Finance and Facilities Division, covering 331 locations across the United States. The contractor will be responsible for facilitating the weighing, calculating, and printing of postage via a secure online platform, ensuring compliance with United States Postal Service (USPS) regulations, and managing user accounts while providing ongoing training and technical support. This procurement is critical for enhancing the FBI's mail processing efficiency and operational cost management, with a total contract ceiling of $400,000 and an initial term from September 29, 2024, to August 2025, followed by four optional one-year extensions. Interested vendors must submit their quotations by September 23, 2024, and can direct inquiries to Holly Cloud at hcloud@fbi.gov.
    Field Service Representative (FSR)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center (ALC), is seeking sources for a Field Service Representative (FSR) to support the HC-144 and MH-60T aircraft engines and components. The FSR will provide technical assistance, training, and troubleshooting for the CT7-9C3 Turbo Shaft Engine and T700 series engines, ensuring operational efficiency and maintenance support for the Coast Guard's aviation missions. This opportunity is crucial for maintaining the readiness of the Coast Guard's fleet, which plays a vital role in search and rescue, law enforcement, and environmental protection. Interested firms are encouraged to submit their capability statements and responses to specific questions by September 30, 2024, at 4:00 PM EST, to Rebecca L. Farmer or Thomas C. Meek via the provided email addresses.
    FCI SHERIDAN SOAP FLIGHT TO FMC ROCHESTER (SHE to RCH MH)
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons, is seeking qualified vendors to provide air transportation services for a "soap flight" from FCI Sheridan, Oregon, to FMC Rochester, Minnesota, scheduled for September 19, 2024. The procurement requires vendors to submit quotes that include pricing, the type of aircraft, and the availability of on-board facilities, with the selection process based on a best value trade-off considering price, specifications, and past performance. This service is critical for the secure and efficient transport of staff and inmates, ensuring compliance with federal regulations and safety protocols. Interested parties should direct inquiries to David Bryant at dmbryant@bop.gov or Jordan Batey at jbatey@bop.gov, with the contract details outlined in the attached RFQ and amendments emphasizing the importance of data privacy and security compliance.
    Maintenance Steering Group (MSG-3) Training
    Active
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking qualified vendors to provide Maintenance Steering Group (MSG-3) Training for Aviation Safety Inspectors (ASIs). The training aims to equip ASIs with the necessary knowledge and skills regarding MSG-3 decision logic for scheduled maintenance requirements, ensuring compliance with federal safety standards. This initiative reflects the FAA's commitment to maintaining high standards among aviation safety personnel, with the training consisting of approximately two classes per year, each lasting 32 hours and accommodating up to 16 participants. Interested vendors must submit their capability statements and responses by 5:00 PM CST on September 26, 2024, via email to Scott Roberson at scott.roberson@faa.gov.
    Overhaul of the UH-60 SERVO, ROLL TRIM
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the overhaul and maintenance of the UH-60 Blackhawk Servo Roll Trim, a Critical Safety Item (CSI). The contract will be structured as a five-year, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) agreement, with an estimated quantity range of 150 to 900 units, including foreign military sales. This procurement is crucial for ensuring the operational readiness and safety of military aviation systems, as the Servo Roll Trim is integral to the functionality of the UH-60 aircraft. Interested contractors must submit their proposals via email to the designated contacts, Reginald C. Burrell and Lindy L. Pinchon, with the understanding that the requirement is currently unfunded and subject to the availability of funds. The solicitation is expected to close on an estimated date, which may be adjusted based on the release of the solicitation documents.