SOLICITATION NOTICE
15 -- N00019-05-R-0044 C9 CLS
- Notice Date
- 4/11/2005
- Notice Type
- Solicitation Notice
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
- ZIP Code
- 20670
- Solicitation Number
- N00019-05-R-0044
- Response Due
- 5/11/2005
- Archive Date
- 5/26/2005
- Description
- C-9 Contractor Logistics Support (CLS) Pre-solicitation Notice 1. Action Code R!! 2. Date (not needed) 3. Year (not needed) 4. GPO (not needed) 5. Zip (not needed) 6. Classification Code U; C-9 Contractor Logistics Support!! 7. NAICS code: 488190!! 8. Office Address (not needed) 9. Subject: U; Pre-solicitation notice and request for comments!! 10. Proposed solicitation Number: N/A 11. Opening/Closing Response date: N/A 12. Contact Point / Contracting Officer (CO): Anthony DeVico/301-757-5911 (voice)/301-757-5946 (fax)/AIR-2.4.3.1/Anthony.DeVico@navy.mil!! 13. Award Number (Post-Award Only) ( ) 14. Contract Award $ Amount (Post-Award Only) ( ) 15. Contract Line Item No. (Post-Award Only) ( ) 16. Contract Award Date (Post-Award Only) ( ) 17. Contractor (Post-Award Only) ( ) 18. THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command, Patuxent River, MD intends to procure CLS, consisting of Airframe Depot, Engine Depot and Site Support services, for Navy and Marine C-9B/DC-9 aircraft, USAF C-9 aircraft and one NASA C-9 aircraft. The Navy and Marines currently operate 17 C-9Bs and 2 DC9s, USAF operates 4 C-9As and 3 C-9Cs, and NASA operates 1 DC-9aircraft. There are three distinct efforts to be procured under this CLS solicitation (Airframe Depot, Engine Depot, and Site Support). (a) Site support at; Atlanta NAS, Norfolk NAS, Whidbey Island NAS, Willow Grove NAS, Cherry Point MCAS, Scott AFB, and Andrews AFB. The site support effort consists of issuing parts and materials, assembling kits, receiving items for repair or overhaul, and providing replenishment services at each on-site storeroom. The Government owns a considerable inventory of parts that are managed by the site support contractor. (b) Airframe depot maintenance services necessary to meet the C-9 aircraft operational requirements (SDLMs, PDMs, MTIs) and unscheduled maintenance. Also included will be field team maintenance that occurs away from the Contractor?s designated depot facility, via Contractor Field Teams or Contractor selected Subcontractors and Vendors. Note that two Navy DC-9s are slated for retirement during this performance period but will require normal services until that time. (c) Engine depot services of Pratt & Whitney JT8D-9A engines such as unscheduled and scheduled engine shop visits. Also included is field team support for repairs away from the depot facility. (d) Also to be included in this solicitation is limited material management services for the Navy C-9 simulator/trainer located at Colorado Springs, Colorado. During the period of performance of this contract, aircraft will be retired (divestiture) and one or more sites may be closed. The Navy is replacing the C-9s with C-40 aircraft. This replacement schedule is driven by the C-40 aircraft acquisition schedule. The C-40 acquisition schedule is volatile and subject to constant changes that cannot be predicted. The contract will be for a base year plus 4 option years. Consideration is also being given to extending the length of the contract for up to ten years (base and up to nine options). The contract will be a commercial like contract issued under the Federal Acquisition Regulations, Part 12 Acquisition of Commercial Items. The Government believes that use of the Part 12 procedures will eliminate many of the potential barriers preventing or discouraging commercial companies from considering this requirement. It will be an indefinite delivery type contract with a minimum ordering requirement for the base year only that is yet to be determined. The Government will place orders for site support, aircraft depot maintenance, engine depot maintenance and related work as part of the ordering provisions of the contract. The contract will include the ability to order modification work for aircraft or engine modifications but the Government makes no assertion that this type of work will be done on this proposed contract. The C-9 aircraft is the military version of the commercial DC-9 series aircraft manufactured by McDonnell Douglas Corporation and is an FAA type-certificated DC-9-32F aircraft. Parts and material are commercially available. Manuals and maintenance documentation will be provided to the contractor upon award, however; the contractor must obtain a licensing agreement with the OEM for engineering support. All contractor facilities must be Aircraft Repair Station licensed by the Federal Aviation Administration (FAA) under Federal Aviation Regulations (FAR) Part 145 to participate in this effort. A draft solicitation will be posted on the NAVAIR website in the JUL/AUG 05 timeframe. Various RFP documents will also be posted prior to and after the draft RFP. Accordingly, companies should continuously monitor the NAVAIR web site at www.navair.navy.mil. Then click on ?Doing Business? and then ?Open Solicitations. Formal RFP release is set for OCT 05 with proposal submittal due in early JAN 06. Contract award is planned for JUN/JUL 06 to allow for a 90 day phase-in period for a new contractor, if applicable, with site and depot efforts to begin in OCT 06 (Government FY 07). QUESTION FOR INDUSTRY ? We request that responses to the following question be provided by 2 MAY 2005 to support release of the draft RFP in the JUL/AUG timeframe: 1. As part of this announcement, the Government requests your input on use of a contract that is six to ten years in length. Please provide your assessment of advantages and/or disadvantages as well as pricing concerns and other terms and conditions that you believe would be critical to a contract longer then five years. Responses should be forwarded to Department of the Navy, Naval Air Systems Command, RADM William A. Moffett Building, Attn: Jason Lev, CODE: AIR-2.4.3.1, 47123 Buse Road, Bldg, 2272, Patuxent River, MD 20670-1607 or Jason.lev @navy.mil. Electronic responses are preferred. Submitted documentation, upon delivery, becomes the property of the U.S. Government. Submissions will not be returned. THIS PRE-SOLICITATION NOTICE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION PROVIDED BY INDUSTRY. Any questions regarding this announcement should be directed to Mr. Jason Lev at 301-757-5927 or Jason.lev @navy.mil or Mr. Anthony DeVico at 301-757-5911 or anthony.devico@navy.mil.***
- Record
- SN00786118-W 20050413/050411212608 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |