Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2007 FBO #2042
MODIFICATION

J -- KC/KDC-10 Contractor Logistics Support (CLS) Services

Notice Date
6/28/2007
 
Notice Type
Modification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
KC-10-KDC-10-CLS-Services
 
Point of Contact
Rhonda Croft, Contracting Officer, Phone (405)739-4148, Fax (405)739-4155,
 
E-Mail Address
rhonda.croft@tinker.af.mil
 
Description
With this amendment the Solicitation Number: KC-10-KDC-10-CLS SERVICES, as stated above, is considered to be corrected to Solicitation Number: FA8106-06-R-0010. This is not a Sources Sought Synopsis, with the correction to the Solicitation Number referenced above this now becomes the Official Synopsis for FA8106-06-R-0010. The correction to the Solicitation Number is being accomplished in this manner so as not to lose previously posted information/history for the acquisition so that all data remains available and accessible for all parties. The following information is provided to assist potential contractors who have the skills, experience and knowledge to successfully perform the required services. OC-ALC, Tinker AFB, OK intends to award one (1) contract to support the KC/KDC-10 fleet. Award is anticipated on or about 11 June 08. A full and open competition is contemplated. The North American Industrial Classification System (NAICS) code is 488190, size standard $6.5M. The Air Force has an inventory of fifty-nine (59) KC-10A aircraft which are powered by three General Electric (G.E.) CF6-50C2 engines. Eighty-eight percent of the FAA Type Certified KC-l0A systems are common to its commercial counterpart the DC-l0-30CF (Convertible Freighter). The twelve percent of the KC-10 systems that are not common with the DC-10-30CF include military avionics, centerline drogue; two wing-mounted refueling pods (WARP) and an Aerial Refueling Boom (ARB), seated aerial refueling operators station, a Universal Aerial Refueling Receptacle (UARRSI), with Increased Accommodation Units (IAUs) installed. Thirty-two (32) KC-10 aircraft are assigned to McGuire AFB, NJ, and twenty-seven (27) are assigned to Travis AFB, CA. The KC-10A mission is to provide worldwide airlift and aerial refueling. Aircraft may be stationed at additional deployment bases and may be deployed for wartime contingencies. The acquisition includes a Foreign Military Sales (FMS) requirement to provide supply support for peculiar refueling systems for two (2) Royal Netherlands Air Force (RNLAF) KDC-10 aircraft stationed at Eindhoven AB, the Netherlands. The anticipated contract shall be an Indefinite Delivery Indefinite Quantity (IDIQ) FAR Part 15 contract for CLS services in support of thirty-two (32) KC-10 aircraft stationed at McGuire AFB, NJ; twenty-seven (27) KC-10 aircraft stationed at Travis AFB, CA and two (2) KDC-10 aircraft at Eindhoven Royal Netherlands Air Base. The solicitation will address requirements in performance based terms IAW AFI 63-124. Major logistics elements will include, but are not limited to providing worldwide operations and logistics support with FAA certified parts and maintenance for the KC-10 fleet. This effort consists of four general categories of support as follows: (1) Logistics Integration and Support, (2) Engine Maintenance, (3) Aircraft Maintenance, (4) Modifications. Provide Intermediate and Depot Level Aircraft Maintenance tasks necessary to maintain the KC-l0 in a mission capable (MC) and airworthy condition. This shall be accomplished consistent with responsibilities assigned. These tasks include but are not limited to reliability/maintainability, aircraft/engine heavy maintenance, configuration management, supply support, warranty, material management, maintenance data collection, field service representation, drop-in maintenance/modification, engine/APU maintenance, support equipment maintenance, etc. The maintenance, parts, labor and depot facilities must be compliant with the Federal Aviation Administration (FAA) regulations and the U.S. Air Force requirements. Contractors must establish necessary working relationships with Original Equipment Manufactures (OEMs) in order to access necessary data to support the fleet. Air Force technicians will normally provide all organizational level maintenance for the KC-10 at home station and deployed. When a KC-10 is Non Mission Capable off station, the contractor shall provide world-wide commercial support to return the aircraft to a mission capable status. The commercial support may be in the form of supplying parts/support equipment or may require hands-on maintenance/troubleshooting. Provide a Contractor Operated and Maintained Base Supply (COMBS) at each Main Operating Base (MOB), manned and fully operational, twenty-four hours a day, and seven days a week. The contractor shall be capable of dispatching and maintaining a field team worldwide. The team composition must include FAA certified personnel to annotate in the aircraft maintenance forms the work that was completed and that the aircraft is airworthy. The anticipated period of performance includes a maximum 90 day phase-in/transition period, a two- year basic period with a minimum of 2 two-year options with a possibility of up to 3 one-year incentive options and provision for continuation of services extension up to 6 months. This brings the anticipated total contract period to 117 months. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.
 
Place of Performance
Address: See Description
 
Record
SN01330397-W 20070630/070628230925 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.