Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SPECIAL NOTICE

M -- Aircraft Engine Management

Notice Date
8/2/2007
 
Notice Type
Special Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Contracting Flight (HQ AMC/A7KQ), 507 Symington Drive Room W202, Scott AFB, IL, 62225-5022, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4452-EngineMgt
 
Response Due
8/31/2007
 
Description
PUBLIC ANNOUNCEMENT/SOURCES SOUGHT STREAMLINED COMPETITION DECISION ANNOUNCEMENT IN FEDBIZOPPS D-OMB Circular A-76: Department of Defense Public-Private Competition of the Engine Management performed by United States Air Force located at Dover AFB, DE; Dyess AFB, TX; Fairchild AFB, WA; Grand Forks AFB, ND; MacDill AFB, FL; McConnell AFB, KS; Pope AFB, NC; and Travis AFB, CA. Document Type: Special Notice POC: Rickey T. Mabry Classification Code: North American Industry Classification System (NAICS) Code 488190. THIS IS NOT A SOLICITATION NOTICE. This synopsis is issued for information and planning purposes only. The Air Force will not be responsible for any costs incurred by interested parties in responding to this source sought notice. The Headquarters Air Mobility Command (HQ AMC) has reached an initial performance decision for the Command-wide Engine Management function. Competition between the Agency Cost Estimate (ACE) and the cost of private sector performance determined contract performance to be the most efficient and cost effective method of operation. On 23 April 07, HQ USAF/A1MS approved AMC?s request to conduct a Streamlined Competition. In accordance with Air Force policy, the study must reach a performance decision, to retain in-house or convert to contract, within 90 days from the public announcement date of 02 May 07. During this 90-day period the Government conducted market research to develop an estimated contract price. This estimated contract price was then compared to the ACE in order to determine the most cost efficient method of operation. This comparison deemed contractor performance more cost efficient. However, before a contract can be awarded, the Government must verify via typical acquisition procedures that contractor costs are indeed cheaper than the Government?s ACE. If the contract price is higher, the solicitation will be cancelled and the authorizations converted to civilian for Most Efficient Organization (MEO) performance. The Air Force is also conducting market research to determine capability and interest of commercial firms in performing the Engine Management function at Dover AFB, DE; Dyess AFB, TX; Fairchild AFB, WA; Grand Forks AFB, ND; MacDill AFB, FL; McConnell AFB, KS; Pope AFB, NC; and Travis AFB, CA. The following are basic performance requirements for the Engine Management function: A. Monitors removal, repair and/or replacement on assigned engines, components, and support equipment. B. Track specific maintenance actions on assigned engines, components, or support equipment. C. Monitor engine performance data on aircraft wing and test cell to include conducting research and updating engine records. D. Stock Record Account Number (SRAN) ? (1) conduct quarterly physical inventory of assigned engines, installed assets, and support equipment; (2) coordinate transportation requests of serviceable and unserviceable engines through the Traffic Management Office (TMO); and (3) coordinate preparation of serviceable and unserviceable assigned engines for shipment and receipt. E. Deployment Support ? (1) develop local engine tracking procedures and documentation methods to be used at deployed locations; (2) ensure deployed engine monitors (Government personnel) are identified and receive training to perform duties while deployed; and (3) feed engine management data from deployed location into the MIS/CEMS Area of Responsibility (AOR). F. Develop and implement EM operational procedures. G. Attend EM related meetings ? (1) attend the daily production meeting and coordinate on engine and component maintenance; and (2) attend weekly squadron staff meeting. H. Perform EM training, attend annual CEMS conference, and coordinate with overseas installations regarding EM functions, procedures, etc. Request interested contractors submit a capability package to include the following information: (1) Name and address of company; (2) Business Size (Large, Small, disadvantaged, HUBZone, or women owned, etc); (3) Company Point of Contact to include telephone number, fax number and e-mail address; (4) Contract references relating to Engine Management Services to include: Contract Number; agency supported, whether or not contractor was a prime or a subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort; and (5) Information demonstrating the company?s ability to perform engine management services as described above. Please limit the capability package to 20 pages. Additionally, the Government is interested in determining the practices of firms engaged in providing engine management services such as terms of warranties, buyer financing, maintenance and packaging, marking, and quality control/assurance. Your submission must be clear, concise, and complete and submitted by COB 31 Aug 07 via e-mail to rickey.mabry@scott.af.mil. It is anticipated that the period of performance will be a basic year plus four one-year option periods. For purposes of this synopsis the small business size standard is $6.5M and the North American Industry Classification System (NAICS) Code is 488190. The point of contact for questions regarding this public-private competition is Mr. Rickey Mabry, Contracting Officer, HQ AMC/A7KQD, DSN: 576-9964, rickey.mabry@scott.af.mil.
 
Place of Performance
Address: Dover AFB, DE; Dyess AFB, TX; Fairchild AFB, WA; Grand Forks AFB, ND; MacDill AFB, FL; McConnell AFB, KS; Pope AFB, NC; and Travis AFB, CA.
Zip Code: 19902
Country: UNITED STATES
 
Record
SN01360384-W 20070804/070802221937 (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.