Kansas Bids > Bid Detail

Aviation Services Contract Regional Aircraft Phase Sustainment Center (RAPSC)

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159411115201539
Posted Date: Feb 29, 2024
Due Date: Mar 20, 2024
Source: https://sam.gov/opp/c6ca5b33c5...
Follow
Aviation Services Contract Regional Aircraft Phase Sustainment Center (RAPSC)
Active
Contract Opportunity
Notice ID
W912JC24Q0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W7M9 USPFO ACTIVITY KS ARNG
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 29, 2024 02:26 pm CST
  • Original Response Date: Mar 20, 2024 12:30 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: J015 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT AND AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Topeka , KS 66619
    USA
Description

SOURCES SOUGHT





Kansas National Guard Aviation Services Contract Regional Aircraft Phase Sustainment Center (RAPSC)



The U.S. Property and Fiscal Office (USPFO), National Guard Bureau (NGB), Kansas National Guard, Topeka, KS, is conducting market research to identify contractors capable of providing lodging. This is a services contract to provide lodging to support Kansas Army National Guard (KSARNG) units attending home station individual training events throughout the State of Kansas. It is the responsibility of the contractor to ensure all requested requirements are met or exceeded.





This is a sources sought announcement issued in accordance with FAR 10. This is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or an Invitation for Bid (IFB). There is no bid package, solicitation, specifications, or drawings available with this announcement. It DOES NOT constitute a commitment by the U.S. Government or the State of Kansas. No contract will be awarded from this sources sought notice. Response is strictly voluntary, and NO reimbursement will be made for any cost associated with providing information in response to this sources sought or any follow-up information requests. The Government SHALL NOT be liable, or suffer any consequential damages, for any improperly identified information. This is a market survey and notification of intent only. This requirement may be solicited at a future date.





The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, including Large Business and the Small Business Community, to compete and perform Firm Fixed Price Contracts. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation to be issued will depend upon the responses to this synopsis.





No site visits or an Industry Day has been planned in association to this sources sought.





Project Description:





The contractor shall provide UH-60 aviation maintenance services as defined in this Performance Work Statement. The contractor shall perform to the standards in this contract.









The North American Industry Classification System (NAICS) code for this requirement is 488190– Other Support Activities for Air Transportation.



The small business size standard for this requirement is $40M.





Please provide the following information from your company. Your response shall be limited to ten pages total:





1. Company Information (Identify if using a joint venture or partnering). The following information is required.



• Company Name



• Mailing Address



• Contact Phone Number and E-Mail



• Cage Code *



• UEI Number





2. Capability: Provide your firms capability to perform this requirement. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 50% of the cost of the contract, not including the cost of materials, with their own employees for specialized services-type procurement.





3. Capacity: Provide your firm’s capacity to perform this requirement:



a. Provide your firm’s capability/availability in performing the required effort, given the current market’s condition and/or availability of equipment, and human resources.



b. Identify any workload constraints regarding the work described in this sources sought.





4. Ability to successfully comply with the following provisions:



a. FAR 52.219-8 Utilization of Small Business Concerns



b. FAR 52.204-26 Covered Telecommunications Equipment or Services – Representation





5. Offeror's type of business and business size. If a small business, Company’s current small business category (Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a) and Woman-Owned), as it relates to NAICS Code 488190 or something similar.



*If you do not have a CAGE code, and you are interested in pursuing a contract with the Government, please register in the SAM website as soon as possible (register through



https://www.sam.gov/SAM/ website). A CAGE code is required prior to the submission of your proposal/bid, but not required for this sources sought.



Offerors are advised that information provided to the Government in regard to the products or devices proposed will be considered “For Official Use Only (FOUO)” and will not be released to the public or other potential offerors. The Government may retain this information for its records indefinitely.



Sources sought submittals are due NTL 20 March 2024 @ 12:30pm CST.





Points of contacts: John D. Weber, Contract Specialist, E-Mail: john.d.weber.civ@army.mil or Vernon L. Verschelden Contracting Officer, E-Mail: vernon.l.verschelden.civ@army.mil








Attachments/Links
Contact Information
Contracting Office Address
  • KO FOR KSARNG DO NOT DELETE 2737 SOUTH KANSAS AVENUE
  • TOPEKA , KS 66611-1169
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 29, 2024 02:26 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >