SOURCES SOUGHT
J -- Depot Level Maintenance Services
- Notice Date
- 11/17/2008
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept. 2, N68936 NAVAL AIR WARFARE CENTER WEAPONS DIVISION DEPT.2 Naval Air Warfare Center Weapons Division Dept.2 429 E. Bowen Rd - Stop 4015 China Lake, CA
- ZIP Code
- 00000
- Solicitation Number
- N6893608R0051
- Response Due
- 12/3/2008
- Archive Date
- 12/3/2009
- Point of Contact
- Chris Thompson (760)939-2074;Theodore Fiske, Contracting Officer, (760)939-8182<br />
- Small Business Set-Aside
- 8a Competitive
- Description
- THIS SOURCES SOUGHT NOTICE REPRESENTS A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS OR AN INVITATION FOR BIDS. The Naval Air Warfare Center Weapons Division (NAWCWD) is seeking interest and capability statements from 8(a) certified firms that can provide on-site Depot Level Maintenance services at several locations both within and outside the Continental United States (CONUS). The contractor will be responsible for the maintenance, repair, testing, modification and overhaul of various fleet aircraft, engines, mobile facilities, and components; including both flight and avionics systems. Aircraft and components arrive at the specific sites from foreign and domestic fleet installations for scheduled depot maintenance, major modifications and/or crash damage repair. There are field sites located at Marine Corps Air Station (MCAS) Miramar, CA, Marine Corps Base (MCB) Camp Pendleton, CA, MCAS Yuma, AZ, Naval Air Station (NAS) Whidbey Island, WA, NAS Pt. Mugu, CA, MCAS Kaneohe, HI, Naval Base Point Loma, CA, and NAS Lemoore, CA as well as other sites yet to be determined that support large concentrations of fleet aircraft depot level maintenance activities whose purpose is to minimize "out-of-! service" time in order to satisfy flexible deployment schedules. In order to mitigate impacts to operational units, contractor support is requested to assist with depot level maintenance and repair during periods of workload "surges" for a variety of fleet aircraft and support equipment that includes the following: F/A-18 series, C-130 series, E-2C, C-2A, UH-1 series, AH-1W, H-60 series, H-53 series, EA-6B, S-3B, AV-8 series, LM2500 Engine, Mobile Facilities, Manufacturing, Maintenance, and Voyage Repair Team (VRT). There are approximately 400 FTEs performing this requirement, and the workload is expected to continue at current levels, but the workload is susceptible to fluctuations. This synopsis is for information and planning purposes and is not to be construed as a commitment by the government. No contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing the information in response to this announcement a! nd any follow-up information requests. The Government reserves the right to make this a set-aside, a partial set-aside, or no set-aside at all. This acquisition is anticipated to be a Cost Plus Fixed Fee (CPFF) type contract, with a period of performance of one base year and four one year option periods to extend the term of the contract. Specific requirements will be included in the performance-based statement of work, which will be made available with the solicitation when released. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience. Responses must include the following: (1) name and address of firm; (2) size of business: average annual revenue for the past three years, number of employees, amount of cash on-hand, and amount of lines of credit (if applicable); (3) ownership information; (4) number of years in business; (5) two points of contact: name, title, phone, fax and email; (6) a list of customers covering the past three years:! highlight relevant work including a summary of work performed, contract number, contract type, dollar value, and identify your role as either the Prime or Subcontractor. Summaries should be no longer than seven pages in length. All summaries should be submitted or mailed to Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd., China Lake, CA 93555-6018, Attn: Chris Thompson, Code 254220D, to arrive no later than 3 p.m. PST, on 03 December 2008. Responses may also be emailed to: chris.thompson1@navy.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2df79eaccfdbff72c461c1542b5af303&tab=core&_cview=1)
- Record
- SN01705588-W 20081119/081117214529-2df79eaccfdbff72c461c1542b5af303 (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 |