J--CNATRA COMS Recompete - NAS Whiting Field CDRL A004 March 2016
ID: N6134016R1146Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAWC TRAINING SYSTEMS DIVORLANDO, FL, 32826-3224, USA

PSC

MAINT, REPAIR, REBUILD EQUIPMENT (J)
Timeline
    Description

    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance and repair services for Chief of Naval Air Training (CNATRA) Contractor Operation and Maintenance Services (COMS). The services will be provided at NAS Corpus Christi, TX, NAS Kingsville, TX, NAS Whiting Field, FL, NAS Pensacola, FL, and NAS Meridian, MS. The contract will have a performance period of 59 months, with options for additional months. The anticipated RFP release date is July 2016, and the anticipated award date is January 2017.

    Point(s) of Contact
    Roxanne Wiseman 407-380-8024
    Files
    No associated files provided.
    Similar Opportunities
    J--CNATRA CIS Recompete RFP N6134018R0052
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Contractor Instruction Services (CIS) in support of Chief of Naval Air training (CNATRA) at NAS Corpus Christi, TX, NAS Kingsville, TX, NAS Whiting Field, FL, NAS Pensacola, FL, and NAS Meridian, MS. The period of performance is 60 months, inclusive of two (2) month mobilization and one (1) seven (7) month base year with four (4) twelve (12) month options and one (1) three (3) month option. Start of contractor performance will be 01 April 2018.
    J--Naval Air Warfare Center Training Systems Division Synopsis for Naval Aviation Survival Training Program (NASTP) Contractor Operation and Maintenance Services (COMS) - MODIFICATION
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Contractor Operation and Maintenance Services (COMS) for the Naval Aviation Survival Training Program. This program is designed to provide training and support for survival training in naval aviation. The services will be provided at Naval Air Station Jacksonville, FL; Marine Corps Air Stations (MCAS) Cherry Point, NC; and Naval Station (NS) Norfolk, Norfolk, VA. The contract is expected to last for 60 months, with a start date of June 2020. The procurement is set aside for small businesses. A site visit is scheduled for September 16th, 2019.
    69--C-130T Operational Flight Trainer (OFT) Device 2F107 Phase II Technology Refresh
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a competitive award process for a technology refresh of the C-130T 2F107-1 Operational Flight Trainer (OFT) at Naval Air Station (NAS) Fort Worth Joint Reserve Base (JRB), Fort Worth, TX. The goal is to address technical obsolescence in the aging system's hardware and software. The Request for Proposal (RFP) will be issued in early May 2018.
    Z--Repair Runway Pavement and Lighting Sherman Field at Naval Air Station Pensacola, FL.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Repair Runway Pavement and Lighting services at Sherman Field, Naval Air Station Pensacola, FL. The proposed repairs include major electrical vault repair, electrical infrastructure work, grade correction, pavement mill and overlay, airfield lighting, signage and marking for up to two taxiways, and reconfiguration of the main airfield apron. The completion time for this contract is 540 calendar days after award. The estimated project magnitude is between $25,000,000 and $100,000,000. The solicitation will be listed as N69450-16-R-0626 on the Navy Electronic Commerce Online website (NECO) and Federal Business Opportunities (FedBizOpps). A Pre-Proposal Conference and Site Visit will be held. Proposals will be due no earlier than 30 days after the solicitation is released. Primary POC: Vicki Blankenship, (904) 542-6811, vicki.blankenship@navy.mil Secondary POC: Barbara Czinder, (904) 542-6834, barbara.czinder@navy.mil.
    69--C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a C-130T Operational Flight Trainer (OFT) Device 2F152 Visual System Upgrade and Resolution of Hardware Obsolescence. This service/item is typically used for training purposes in the aviation industry. The contract action is being conducted under the Training Systems Contract III (TSC III) LOT II, and only TSC III LOT II Prime Contractors are considered interested parties. A Pre-Solicitation Conference and Site Visit will be held for interested contractors at JB Fort Dix in Fort Dix, NJ on January 12, 2016. Interested subcontractors should contact the Prime Contractor for consideration. The final solicitation will be posted on the Navy Electronic Commerce Online (NECO) website and the Federal Business Opportunities (FBO) website on or about February 4, 2015.
    D--Centrex Support Services
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to negotiate an Indefinite Delivery, Indefinite Quantity (IDIQ) contract for Centrex Voice Services. These services will provide commercially available integrated voice services via Central Office (CO) based, dial tone facilities to defense activities located at Naval Station Norfolk, Joint Expeditionary Base Little Creek/Fort Story, and other locations. The contract will have a twelve-month base period of performance with option provisions for four one-year option periods. The solicitation will be available for downloading on or about February 19, 2016, and interested contractors must be registered in the Systems for Award Management (SAM) database to be eligible for award.
    J--Cleaning, inspection, and repair of the TF34 Compressor Front Spool Stages 3-8
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY intends to procure cleaning, inspection, and repair services for the TF34 Compressor Front Spool Stages 3-8. These services are typically used for rework, repair, and overhaul of various aircraft, engines, and components located onboard Naval Air Station Jacksonville (NAS Jax), Duval County, Florida. The requirement includes the cleaning, inspection, and repair of the TF34 Compressor Front Spool Stages 3-8, which is a Critical Safety Item (CSI). The contractor must be an approved source of repair for the spool, as identified by the Original Equipment Manufacturer (OEM) - General Electric or the TF34 Fleet Support Team (FST) located onboard Naval Air Station, Jacksonville, Florida. The acquisition strategy includes a twelve-month base year period with four one-year option periods. The period of performance is expected to begin on or about 14 July 2017. The solicitation will be available on the Government Point of Entry (GPE), Federal Business Opportunities (www.fbo.gov), and Navy Electronic Commerce Online (NECO) (www.neco.navy.mil) websites on or about 05 May 2017. Interested parties must be registered in the System for Award Management (SAM) database to be considered for award.
    J--This is the NAVSUP WSS annual synopsis for FY 2017/Year 4 repairs to be performed under Basic Ordering Agreement N00383-14-G-004H used on the F/A-18 aircraft.
    Buyer not available
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking maintenance, repair, and rebuild equipment services for the F/A-18 aircraft. The repairs will be performed under Basic Ordering Agreement N00383-14-G-004H. Rockwell Collins in Fort Worth, TX is the only known source with full repair capability. The items requiring repair/modification are listed in Attachment A. While Teledyne Reynolds is the sole source, all responsible sources may submit a capability statement, proposal, or quotation. Government source approval is required prior to contract award due to the flight critical nature of the items and inadequate technical data. The brochure for source approval information can be obtained by calling NAVSUP WSS - P at (215) 697-4243. Failure to provide all required data will result in disqualification.
    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.
    Z--Maintenance and Repair Multiple Award Construction Contracts
    Buyer not available
    Presolicitation DEPT OF DEFENSE (DEPT OF THE NAVY) is seeking Maintenance and Repair Multiple Award Construction Contracts primarily at Marine Corps Base Camp Lejeune and Marine Corps Air Station New River, North Carolina and surrounding areas. The contracts will cover a diverse range of general maintenance and repair construction services for small work requirements. These services are typically used to correct or repair situations including structural, mechanical, plumbing, electrical, civil, grounds, road, pavement work, communication systems, new construction, demolition flooring, painting, etc. The estimated project size is between $5,000 - $150,000, but projects of lower or higher value may be issued. The buildings and facilities that require maintenance and repair include administrative, industrial, warehouses, maintenance, communications, schools/training/education, personnel support, recreational, food services, training areas/ranges, roads, systems, utility infrastructure, etc. The work will primarily be performed at Marine Corps Base Camp Lejeune, with the possibility of work in other areas within NAVFAC Mid-Atlantic's AORs. This procurement is a 100 percent small business set-aside and will utilize FAR Part 15 Contracting by Negotiation. The contract term will be a base period of one year plus four option years. The completion date for the seed project is 120 days after award. Interested offerors can view and download the solicitation and any attachments at https://www.neco.navy.mil/ when it becomes available. Offerors are required to submit a bid bond of $3,000,000/20% of the amount for Davis Bacon Act (DBA) work. This procurement was set aside for small businesses based on market research analysis and the concurrence of the NAVFAC Mid-Atlantic small business office.