SOURCES SOUGHT
J -- MH60R and S-70B/B6 Integrated Maintenance Program (IMP) Services
- Notice Date
- 9/29/2025 9:06:30 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- N00019-25-RFPREQ-APM299-0TBD
- Response Due
- 10/14/2025 1:00:00 PM
- Archive Date
- 10/29/2025
- Point of Contact
- Lynn E. Fletcher
- E-Mail Address
-
lynn.e.fletcher.civ@us.navy.mil
(lynn.e.fletcher.civ@us.navy.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Introduction The Naval Air Systems Command (NAVAIR), Program Executive Office (PEOA) MH-60R Air Vehicle Program Office (PMA-299) is seeking sources to provide MH-60R/MH-60S maintenance experience to provide Scheduled and Unscheduled Maintenance, Repair and Overhaul (MRO) services for Foreign Military Sales Hellenic Navy (HN) MH-60R/S-70B/B6 aircraft. This Sources Sought should not be construed as a formal solicitation or an obligation on the part of the Government of the United States to acquire any parts or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. The Government is only interested at this point in identifying interested and capable contractors for these services. The place of performance will be in facilities proposed by the Contractor that meet the requirements of the contract. Specifically, the Government is interested in identifying capable Contractors in the country of Greece. 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES � IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCE SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. Background Contractor MRO support will include the following: 1. Depot Level Maintenance (DLM) Depot Level Maintenance (also known as Heavy Maintenance) tasks/actions are those requiring major overhaul or complete rebuilding, remanufacturing, or modification of aircraft structures, parts, assemblies, and end items, including support equipment in accordance with the Integrated Maintenance Plan (IMP) Specification and other applicable maintenance manuals. 2. Scheduled Maintenance � Planned Maintenance Interval (PMI) work under IMP requirements provide for airframe, systems, and component inspection through visual and Non-Destructive Inspection (NDI) methods, defect correction, preventative maintenance, operational checkouts and Technical Directive compliance including: Phase maintenance 364/365/546 Day maintenance Planned Maintenance Interval/Periodic Aircraft Condition Evaluation (PMI/PACE) Repair services Special Inspections Aircraft modifications The IMP requirements for aircraft subject to this process are the minimum requirements, formulated and established to the depth required to ensure the reliability, operational availability, safe operation and airworthiness of the aircraft for the duration of the established service period. The IMP Program will provide depot support throughout the total service life of the aircraft. PMI-1N and PMI-2N events for MH-60R/S-70B/B6 will comply with the latest Naval Air Systems Command (NAVAIR) MH-60R/S-70B/B6 IMP Specification. Off-site PMI-1N and PMI-2N events for MH-60R/S-70B/B6 will comply based on the latest NAVAIR MH-60R/S-70B/B6 IMP Specification. The anticipated total annual aircraft inductions are 3 � 5. This is an estimate only and subject to change during development of this requirement. The Government anticipates the possibility of awarding multiple contracts: one or more single award indefinite delivery/indefinite quantity (IDIQ) contracts; multiple award IDIQ contracts; or a combination of both multiple and single award IDIQ contracts. Award of an IDIQ contract will not guarantee either the quantity or frequency of aircraft inductions. The Contractor should be capable of supporting a nominal workload of 3 � 5 aircraft in flow, with a surge capacity of 5 � 8 aircraft in flow. This is an estimate only and subject to change during development of this requirement. Aircraft inducted for PMI will delivered to the Contractor�s facility. 3. Unscheduled Maintenance Unscheduled Maintenance are the tasks that are not related to a specific IMP Scheduled Maintenance requirement in NAVAIR MH-60R/S-70B/B6 IMP Specification. Unscheduled Maintenance is further divided into 4 subcategories: a. Over and above (O&A) O&A tasks are repairs performed concurrent with a PMI event. Refer to the Defense Acquisition Regulation Supplement (DFARS) 252.217-7028 for a thorough description of Over and Above Work. b. In-Service Repairs (ISR) ISR requests are for depot level repairs. ISR work can be issued for inducted and non-inducted aircraft. ISR work may require the Contractor to dispatch personnel as a contractor field service team (CFT) to perform aircraft repairs at remote locations. c. Customer Service Request (CSR) CSR requests come from operational fleet or the MH-60R/S-70B/B6 T/M/S program office for both inducted and non-inducted aircraft. CSR requirements include, but are not limited to Organizational and Intermediate level maintenances. CSR work may require the Contractor to dispatch personnel as a contractor field service team (CFT) to perform aircraft repairs at remote locations. d. Depot-Level Technical Directives (TD) TD (aircraft modification and bulletins) shall be accomplished either concurrently with PMI events or as standalone actions. The Government will normally provide technical directive kits, special materials, and special support equipment required for completing modifications. 4. Engineering Support- Engineering services, necessary to support the requirements of the contract, will include submittal of repair procedures for review and approval by the Government. 5. Logistics Support- Logistics services necessary to support the requirements of the contract, including timely supply data and material requisition requests necessary for completing aircraft maintenance requirements within the established turnaround time (TAT), inventory management and control, procurement of spare parts and materials, and storage of parts and material. The government will directly fund procurement of all material when not available from HN and mutually agreed. 6. Program Management Support- Program Management necessary to support the requirements of the contract, including annual Program Management Reviews (PMR), weekly production meetings, Production Plans that identify the critical path to PMI completion within the established TAT. Eligibility The applicable NAICS code is 488190 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is J015. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). Requested Information Interested companies should respond to this notice by submitting the following information as an UNCLASSIFIED description of the respondent�s general capabilities to support this effort, along with any questions or comments, to the Contracting Officer (lynn.e.fletcher.civ@us.navy.mil): (1) Company name, point of contact, telephone numbers, e-mail address, company CAGE Code, and DUNS (2) Approximate annual gross revenue for the past 5 years (if available) (3) Description of the company's ability to mobilize, manage and finance a contract (4) Description of Government or commercial contracts for work on identical Type/Model/Series (T/M/S) aircraft (as both prime and sub-contractor) (5) If you do not have any past or current work on identical T/M/S aircraft, description of Government or commercial contracts for similar work (as either prime or sub-contractor) (6) Description of your workforce skill-sets performing similar or identical T/M/S work (7) Description of your facilities, including airfield descriptions, used to perform similar or identical work (8) Provide estimate of your nominal workload/capacity for MH-60R/S PMI (9) Provide estimate of your TAT for MH-60R/S-70B/B6 PMI (10) Provide details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), facility attributes, owned tooling / equipment, workforce size and employed labor categories, etc. that demonstrate your ability to perform the work. The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition. Responses Data Markings. In order to complete its review, NAVAIR must be able to share a respondent�s information both within the Government and with covered Government support contractors as defined in DFARS Clause 252.227-7013 Rights in Technical Data � Noncommercial Items (MAR 2023). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITARs is required. Full Response Submissions. Full response submissions to the above requested supporting data must be received electronically no later than 4:00 PM Eastern Daylight Time (EDT) October 14, 2025 to Ms. Lynn Fletcher at lynn.e.fletcher.civ@us.navy.mil. It is requested that the response have a page limit of 25 pages, and must be in English. Classified information or material SHALL NOT be submitted. Electronic submissions must be compatible with Microsoft Office 2016 and/or the latest Adobe Acrobat Reader Portable Document Format (PDF). Questions Questions regarding this sources sought can be directed to Ms. Lynn Fletcher at lynn.e.fletcher.civ@us.navy.mil. Summary THIS SOURCES SOUGHT 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. Place of Contract Performance: Greece
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0aa8196c861943f981c195ae1cc31983/view)
- Place of Performance
- Address: GRC
- Country: GRC
- Country: GRC
- Record
- SN07607840-F 20251001/250929230045 (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 |