SOLICITATION NOTICE
J -- ASE Maintenance, Repair, Overhaul & Logistics (MROL) Support Services Draft PWS
- Notice Date
- 6/16/2025 6:14:57 AM
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FLEET READINESS CENTER PATUXENT RIVER MD 20670 USA
- ZIP Code
- 20670
- Solicitation Number
- N68520-25-RFPREQ-QK00000-0063-DraftPWS
- Response Due
- 6/26/2025 9:00:00 AM
- Archive Date
- 09/01/2025
- Point of Contact
- Ndidiamaka Umeh, Kurt Dronenburg
- E-Mail Address
-
ndidiamaka.n.umeh.civ@us.navy.mil, kurt.j.dronenburg.civ@us.navy.mil
(ndidiamaka.n.umeh.civ@us.navy.mil, kurt.j.dronenburg.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- DISCLAIMER THIS PRESOLICITATION NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO SOLICIT OR AWARD A TASK ORDER AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. THIS PRESOLICITATION NOTICE IS BEING USED TO DETERMINE QUESTIONS FROM POTENTIAL OFFERORS IN REVIEWING THE DRAFT PERFORMANCE WORK STATEMENT/STATEMENT OF WORK (PWS/SOW) IN PREPARATION FOR ISSUANCE OF A REQUEST FOR PROPOSAL. 1.0 Introduction Naval Air Systems Command (NAVAIR) Fleet Readiness Center Aviation Support Equipment (FRCASE) mission is to provide agile, relevant, quality Aviation Support Equipment (ASE) maintenance, repair, overhaul and logistics (MROL) services to meet Naval Aviation Enterprise and the Navy�s Fleet Response Plan requirements with improved efficiency and reduced costs. FRCASE provides seamless integrated Support Equipment (SE) MROL services with a goal of reducing repair-cycle time while improving the availability of Ready for Use SE in the fleet and its supporting infrastructure. The headquarters element of FRCASE is located aboard the Naval Air Station (NAS) Patuxent River, Naval Recreation Center (NRC) Solomons Annex, Solomons, MD. FRCASE Solomon�s provides centralized management of multiple FRCASE locations. This presolicitation notice does not constitute an invitation for bids, a request for proposal, a solicitation, a request for quote or an indication that the Government will contract for the items provided by responder. The Government will not reimburse responders for any costs associated with the preparation or submission of the information requested. Response to this notice-is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. The Government will disregard any requests for a solicitation package. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information requested. The Government will not return submittals to the responders. The Government may request that responders provide additional information/details based on their initial submittals. Current Contract Incumbent: Arrows Edge, LLC Current Contract Award: $234,844,742.75 Industry Day: At this time, we do not anticipate holding an Industry Day 2.0 Objective The work required by this contract includes modernization, conversion, in-service repair, disassembly, and all other categories of MROL as stated in NAVAIR Instruction (citation). The Contractor shall provide SE Depot level (D-level) and Intermediate (I-Level) scheduled (preventative) and unscheduled (restorative) maintenance; which includes the servicing, functional and operational testing, repair and replacement of unserviceable parts, assemblies, subassemblies and components; making structural repairs, manufacturing of SE parts; incorporation of approved modifications, support configuration, reclamation, and conversions and perform corrosion control to include paint and final finish of SE. This includes logistical support and capabilities that will complement and enhance the work required herein. A Sources Sought Notice for the subject requirement was issued on 12 March 2025 and closed on 27 March 2025. Based on the results of the Sources Sought Notice and the information presented above, 8(a) competition was determined necessary to procure the subject requirement. Proving the draft PWS/SOW allows potential offerors to engage with the Government in providing responses to questions on the subject requirement. The Government is also open to feedback to alternative approaches that can provide the best services to the fleet. Notional schedule: Draft RFP Release: Fall 2025 Proposal Submissions and evaluation: Winter 2025/2026 Contract Award: Fall 2026 3.0 Eligibility Product Service Code (PSC) for this requirement is J017 � Maintenance, Repair, and Rebuilding of Equipment-Aircraft Launching, Landing, and Ground Handling Equipment North American Industry Classification System (NAICS) Code is 488190 � Other Support Activities for Air Transportation of 35,000,000. 4.0 Submission Information ALL 8(a) BUSINESSES THAT ARE INTERESTED SHOULD SUBMIT QUESTIONS USING ATTACHMENT 1 � QUESTION SUBMITTAL FORM. THE RESULTS OF THIS PRESOLICITATION NOTICE HAS THE POSSIBILITY TO BE UTILIZED TO FINALIZE THE PWS/SOW. ONLY 8(a) SMALL BUSINESS SET-ASIDE CATEGORIES WILL BE CONSIDERED. THIS PRESOLICITATION NOTICE IS BEING USED TO DETERMINE QUESTIONS FROM POTENTIAL OFFERORS IN REVIEWING THE DRAFT PWS/SOW IN PREPARATION FOR ISSUANCE OF A REQUEST FOR PROPOSAL. THIS PRESOLICITATION NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Any resultant solicitation(s) will be released on Solicitation Module on the Procurement Integrated Enterprise Environment (PIEE) at https;//piee.eb.mil. and on System for Award Management (SAM) on https://www.SAM.gov. It is the responsibility of the potential offerors to monitor these websites for additional information as the direct method of communication with the Government. The Government�s intent is to receive and review industry feedback/questions within the PWS/SOW. All answers to questions that provide clarifications to the posted potential requirement will be provided as an update to this notice. Your questions shall be submitted utilizing Attachment 1 - Question Submittal Form. All data received in response to this request that is marked or designated corporate or proprietary will be protected. In order to protect this information if you would like to submit this via encrypted email please contact the below at least one (1) business day in advance to the submission to coordinate the means for submission. Information and materials in response to this request WILL NOT be returned. No phone calls will be accepted. Interested businesses shall submit questions using Attachment 1 � Question Submittal Form to Ndidiamaka (Ndidi) Umeh at (ndidiamaka.n.umeh.civ@us.navy.mil), LCDR Alexander Julian at (alexander.m.julian2.mil@us.navy.mil) and Kurt Dronenburg at (kurt.j.dronenburg.civ@us.navy.mil); no later than 12:00 PM Eastern Time (ET) on June 26, 2025. No phone or email solicitations with regard to the status of the RFP will be accepted prior to its release. All data received in response to this Presolicitation Notice, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Vendors should appropriately mark any data that is proprietary or has restricted data rights Responses to this Presolicitation Notice, including any questions/feedback and communications regarding this solicitation posting, shall be electronically submitted via email. All responses must be sufficient in detail to permit agency analysis to responses to any questions/feedback. Any other specific and pertinent information as pertains to this particular area of procurement that would enhance the Government�s consideration and evaluation of the information submitted are highly encouraged. Questions and comments are highly encouraged.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/693ad65ef2934fb5af83c60b5306f2d5/view)
- Place of Performance
- Address: Solomons, MD 20688, USA
- Zip Code: 20688
- Country: USA
- Zip Code: 20688
- Record
- SN07478520-F 20250618/250616230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |