SOURCES SOUGHT
15 -- C-12 CLS Re-compete
- Notice Date
- 10/17/2008
- Notice Type
- Sources Sought
- 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, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- C-12(10172008)
- Response Due
- 11/3/2008 2:00:00 PM
- Archive Date
- 11/18/2008
- Point of Contact
- Maxine M Birst,, Phone: 301-757-5928
- E-Mail Address
-
maxine.birst@navy.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT These requirements are subject to change and the information provided below is for informational purposes only, the final requirement, will be defined under a formal Request for Proposal. The Naval Air Systems Command, Patuxent River, Maryland, Program Office, PMA-207 is seeking firms capable of providing total aircraft and maintenance Life Cycle Contractor Support (LCCS) for the Departments of the Navy and the Air Force C-12 aircraft fleet. The North American Industry Classification System (NAICS) code applicable to this requirement is 488190, Other Support Activities for Air Transportation. The scope of the work includes operation of the on-site facility, engineering support, technical support, all phases of commercial maintenance, logistics support, including repair and modification of the aircraft and engine, spares (components) and parts, in addition to providing all required materials to support 28 Air Force and 67 Navy aircraft located both CONUS and OCONUS. This effort includes additional support as over and above tasks, engineering services including development, test and FAA certification of modifications, installation of modifications, depot maintenance support, field team support (worldwide), aircraft crash/incident investigation support, and damage repair. The Government also requests information for: quality, contract funds status, consumption and usage, service engineering reports, subscription services for technical manuals, technical manual updates and service actions. Establish and maintain agreements with the Original Equipment Manufacturers (OEMs) for data and technical support to maintain the C-12 aircraft. The contractor will be required to provide a contractor owned inventory of parts in sufficient quantities to meet performance requirements and mission capability rates, in addition to maintaining Government furnished material/equipment. The Government is expected to maintain title to all engines and propellers and they will be provided as Government furnished property. Two separate contracts with Fixed price and Cost Reimbursable line items will result from a solicitation. The anticipated performance period of the resultant contact is a one year base period with four one-year options. Approval authority to permit a longer period of performance is being pursued and if approved the total performance period could be as many as 10 years (one base year with nine one-year options). The Contractor will be ISO 9001 certified/registered. All personnel performing work under the proposed contract must be capable of obtaining a SECRET level security clearance upon notification that such clearance is required. All employees providing services under this potential requirement shall be US citizens. As a minimum, the Contractor, and its employees, providing services under this potential requirement shall have the ability to obtain unrestricted access to Navy and Air Force bases, as required. All aircraft maintenance will be performed and documented in accordance with the applicable Federal Aviation Administration (FAA) requirements including CFR Title 14, Part 43. All personnel performing aircraft maintenance must be Airframe & Powerplant (AP) licensed. The contractor shall have, or be teamed with, at least one CONUS FAA certified repair facility for the purpose of conducting Aircraft Conditional Inspections (ACI) and major repairs on all aircraft. This facility shall meet the requirements of and be maintained in accordance with FAA Federal Aviation Regulations (FAR) Part 145 and be FAA/OEM approved for Hawker Beechcraft King Air 200/300 series maintenance. In addition, at least one FAA/OEM approved CONUS facility is required for Pratt & Whitney PT6A engine repair and overhaul. THIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Additionally, this announcement in no way commits the Government to issue a solicitation. The requested information is to assist the US Navy and Air Force in conducting Market Research of Industry to determine potential business contractors who posses or have the assets, skills, experience, qualifications and knowledge require to support the above requirements. Please include the NAICIS code you are responding to, a short statement of the company’s ability/history with this type of effort, the name and telephone number of a company representative that can be contacted, company’s business size, and the company’s address. Also, please respond with your company’s approach to satisfy the requirement, your company’s approach to performing services, aircraft maintenance, personnel qualifications, and basing at remote sites, as needed. The total capability submission should be no more than fifteen (15) pages. Written responses, either via email or fax, must be submitted by 2:00 p.m., 3 November 2008, to Naval Air Systems Command Headquarters, 47123 Buse Road, Bldg 2272, Suite 256, Attn: Maxine Birst, AIR-2.4.3.1.5, Patuxent River, Maryland 20670. Respondents will not be notified of the results of the determination. Point of Contact Maxine Birst, Contracting Officer, Phone 301-757-5928, Fax 301-757-5946, Email maxine.birst@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=49701c0e2084bf1efbaf5d0b906128a8&tab=core&_cview=1)
- Record
- SN01693450-W 20081019/081017215021-49701c0e2084bf1efbaf5d0b906128a8 (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 |