Add Bids
Search By Category/Country/Location by state
Bid Entry Form
Project/Contract Name:
City:
Location by state:
Select Country/Location by state
Alabama
Alaska
American Samoa
Arizona
Arkansas
Baker Island
California
Colorado
Connecticut
Delaware
District of Columbia
Florida
Georgia
Guam
Hawaii
Howland Island
Idaho
Illinois
Indiana
Iowa
Jarvis Island
Johnston Atoll
Kansas
Kentucky
Kingman Reef
Louisiana
Maine
Maryland
Massachusetts
Michigan
Midway Atoll
Minnesota
Mississippi
Missouri
Montana
Navassa Island
Nebraska
Nevada
New Hampshire
New Jersey
New Mexico
New York
North Carolina
North Dakota
Northern Mariana Islands
Ohio
Oklahoma
Oregon
Palmyra Atoll
Pennsylvania
Puerto Rico
Rhode Island
South Carolina
South Dakota
Tennessee
Texas
United States Minor Outlying Islands
United States Virgin Islands
Utah
Venezuela
Vermont
Vietnam
Virginia
Wake Island
Washington
West Virginia
Wisconsin
Wyoming
Yemen
Category:
Select Category
Accounting/Audit/Administration
Business Consulting
Construction
Educational Services
Engineering
Food Catering Services
Healthcare/Medical Supplies
Janitorial
Landscaping
Legal
Logistics
Professional Services
Real Estate
Transportation Services
Tree Removing Service
Agency Contact Information:
Phone Number:
Bid/Proposal Due Date:
Bid Close Date:
Bid Walkthrough Date:
Estimate:
Term:
Classifications:
Description:
U.S. Army Transformation and Training Command (T2COM), Futures and Concepts Command (FCC), Combat Capabilities Development Command (DEVCOM), Aviation and Missile Center (AvMC) Prototype Integration Facility (PIF) at Redstone Arsenal, Alabama has a requirement for a single-source, indefinite-delivery indefinite-quantity (IDIQ) contract to provide rapid response hardware and integration solutions. The proposed contract centers around the requirement to fabricate and deliver integrated hardware solutions for aviation systems, missile systems, and Uncrewed Aerial Systems (UAS). Other requirements include comprehensive program management, research and development, engineering, subsystem-system integration, qualification testing, logistics, storage, and static displays. This work will occur across the system life cycle and will involve design, conceptualization, re-design, engineering analysis, technology insertion, rapid prototyping, repair, fabrication, testing, calibration, fielding, hardware software engineering, subsystem trouble shooting, quality assurance support, configuration management, logistic support for systems, subsystems, and test beds. The proposed contract will be a five-year base IDIQ with two individual, two-year award term options for at total of nine-years possible. The proposed contract will be awarded pursuant to Federal Acquisition Regulation (FAR) 19.805 on the basis of competition limited to eligible 8(a) firms. Therefore, as a 100 percent set-aside for 8(a) small business concerns, offers from other than 8(a) small business concerns will not be considered. The North American Industry Classification System (NAICS) code for this acquisition is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, while the small business size standard for this acquisition is 1,250 employees. AS9100 Aerospace Quality Management, and AS9110 Quality Management Systems for Aviation Maintenance Organizations are required. Cybersecurity Maturity Model Certification (CMMC) Level 2 is required before the award date. Counterfeit detection will be required IAW AS9100 and DFARS 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System. An Alcohol Tobacco and Firearm (ATF) gun license will also be required. Place of Contract Performance: Primarily at Huntsville, Alabama. Current Contract: The PIF is currently supported by Defense Systems and Solutions (DSS), a joint venture between Yulista Integrated Solutions, LLC (YIS) and Science and Engineering Services (SES), Incorporated under contract W58RGZ-18-D-0001. The PIF-3 contract has a ceiling of $4.7 Billion. Caveat: Offerors are cautioned that historical workloads are not a guarantee of future workloads. The Government anticipates approximately 1,200,000 square feet of facilities space for successful performance, to include aircraft hangar space for large helicopters, high-bay space, warehouse, and manufacturing space. The space shall be within the Huntsville-Decatur-Albertville Combined Statistical Area as defined in Office of Management and Budget (OMB) Bulletin No. 23-01, dated 21 Jul 2023. Interested parties will be required to show evidence of possession of aircraft hangar space within the geographic restriction, experience in NAICS 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, and 8(a) status. No award will be made under this solicitation until funds become available. All questions and recommendations should be submitted to the Contracting Officer via email. Please indicate the RFP number W58RGZ-24-R-0054, on all correspondence pertaining to this solicitation. Specifically, please include the RFP number in the subject line of all emails submitted. Instructions for Accessing the Documents To be added to the solicitation list in the PIEE Solicitation Module provide a complete response to the previous Sources Sought Notice to the Contracting Officer with evidence of access to aircraft hangars in the Huntsville-Decatur-Albertville Combined Statistical Area, and eligible 8(a) status. If you previously responded to the sources sought for: W58RGZ-24-R-0054, you are not required to respond again. The official address to the solicitation is https://piee.eb.mil. Proposal shall be submitted through the PIEE solicitation module.
Submit Bid