The RFP Database
New business relationships start here

Apache Attack Helicopter Post Production Support Services for the Royal Saudi Land Forces Aviation Command (RSLFAC)


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The United States Army Contracting Command - Redstone Arsenal (ACC-RSA), Alabama on behalf of the Program Executive Office (PEO) Aviation submits the following Request for Information (RFI) for sources capable of providing Post Production Support Services (PPSS) for the Royal Saudi Land Forces Aviation Command (RSLFAC) AH-64 Apache aircraft fleet, which consists of 36 AH-64E and 12 AH-64D Apache helicopters.


This sources sought notice is issued to obtain qualified sources that can provide PPSS for the RSLFAC fleet. The PPSS comprises of program management, integrated logistics support (ILS), contractor logistics support (CLS), contractor engineering technical support, obsolescence management, calibration and repair of the inertial boresight adapter system (IBAS) kits and associated contractor provided boresight adapter hardware, depot repair and return services for AH-64 D/E-Common and AH-64E-Unique components, and as an option, selected AH-64 A/D/E-Common aircraft components.  The contractor shall provide equipment, material, labor, facilities, performance tracking of hardware and software, and other logistical support resources deemed necessary to support and sustain the aircraft components.  The anticipated contract type for this effort is fixed price and will be comprised of one (1) year base period and four (4) additional one-year options.


ACC-RSA is seeking qualified vendors to provide plans, procedures, design information, and reports addressing all or any part of the requirements or discussion points detailed above. Additionally, ACC-RSA is seeking sources with a strong background, history and/or past performance in streamlining and facilitating rapid acquisition, addressing obsolescence, and enhancing United States Government (USG)-Contractor relations. Responders shall provide their performance history and back it with evidential data. Interested vendors are encouraged to provide substantiated evidence of their capabilities and successes in the areas cited above.


This RFI notice is issued solely for informational, market research, and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. In accordance with (IAW) FAR 15.201(e) responses to this RFI notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the Federal Business Opportunities (www.fbo.gov) site for additional information pertaining to this RFI.


The submission should also include the following minimum information: 1) Organization name, address, email address, Website address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


The Government will evaluate market information to ascertain potential market capacity to 1) provide services/supplies consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI notice by 05 January 2018. All responses under this RFI Notice must be emailed to heather.m.betuel.civ@mail.mil.


Follow-up discussions may be conducted with respondents. It is desirable that data be received with unlimited right to the Government. Nevertheless, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum.


Technical questions concerning this announcement may be submitted via Email to Scott Dibble, scott.w.dibble.ctr@mail.mil, Apache Project Manager's Office, SFAE-AV-AAH-IA. Questions of a contractual nature should be directed to Heather Betuel, heather.m.betuel.civ@mail.mil or Rick Bray, at ricky.d.bray2.civ@mail.mil. NO TELEPHONIC QUESTIONS WILL BE ACCEPTED.


Heather M. Betuel, Contract Specialist, Phone 2563136364, Email heather.m.betuel.civ@mail.mil - Ricky D. Bray, Contracting Officer, Phone 2568764941, Email ricky.d.bray2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP