SOLICITATION NOTICE
J -- Programmed Depot Maintenance Support Services
- Notice Date
- 5/18/2010
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-10-R-800005
- Archive Date
- 9/30/2010
- Point of Contact
- Gary S Woolard, Phone: (252) 334-5274
- E-Mail Address
-
Gary.S.Woolard@uscg.mil
(Gary.S.Woolard@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Presolicitation Notice: The United States Coast Guard (USCG) Aviation Logistics Center (ALC), Elizabeth City, NC intends to award a non-commercial requirements contract with firm fixed price and labor hour categories for Onsite Programmed Depot Maintenance (PDM) Support Services. The location of work is the USCG Aviation Logistics Center (ALC) in Elizabeth City, NC. Onsite PDM Support Services includes but is not limited to the following: disassembly of H60 and H65 aircraft during the induction phase of the PDM process (Fixed Price); provision of skilled labor on an hourly basis for varied, scheduled/unscheduled, and non-recurring work (Labor Hour). It is anticipated that skilled labor in the following trades will be needed: Aircraft Mechanic, Electronics Technical Maintenance III, GSE Mechanic, Supply Technician, Material Coordinator, Aircraft Painter/Stripper, Production Control Clerk, Material Expeditor, Tools and Parts Attendant, Machinist, Upholsterer, and Maintenance Scheduler. As required tasks become more definable, they will be added as firm fixed price line items with specific descriptions of work throughout the life of the resulting contract. All work will be ordered on an as-required basis by issuance of DD1155 task orders. All work shall be accomplished in accordance with established Government manuals, drawings, directives, and instructions, most current editions. Workspace, airframe-specific equipment and tools, technical data, parts and materials will be Government-provided. However, no office space, non-airframe specific tools, personal mechanic tools and equipment, or supplies will be provided. Unit prices shall be firm fixed priced and shall include all costs for disassembly or for provision of skilled labor in accordance with all contract requirements, including but not limited to fully-burdened labor, payroll and other taxes, fringes, licenses and permits, insurance, workforce productivity, non-airframe specific tools and equipment, coordination, transportation, field overhead, general and administrative overhead, and profit. Only those items specifically identified as Government-Furnished Property and Materials are not included. The solicitation will be issued in accordance with Federal Acquisition Regulation (FAR) FAR Part 15, Negotiated Contracts. The Request for Proposal (RFP) will be issued on or about June 02, 2010 via the Federal Business Opportunities (FedBizOpps) web site at http://www.fbo.gov. The RFP number is HSCG38-10-R-800005; hard copies of the RFP will not be issued. It is incumbent upon contractors to monitor the FedBizOpps site for RFP release and all subsequent amendments. This RFP will be issued competitive on an unrestricted basis. The North American Industrial Classification Code (NAICS) is 488190, which has a small business size standard of $7M annual revenue. This acquisition will include a one-year base period with four one-year pre-priced option periods. An Industry Day is scheduled for June 9, 2010. All interested parties should contact Mr. Gary Woolard, Contract Specialist, at Gary.S.Woolard@uscg.mil NLT 7 calendar days from the date of this posting to obtain information regarding the Industry Day. A request for base access on company letterhead identifying attendees by name, date of visit, building number, and purpose of visit must be submitted at least 2 calendar days prior to the date of the Industry Day. All questions shall be in writing and received NLT 5 calendar days following the Industry Day. The Government will not reimburse offerors for costs incurred in attending the Industry Day or in providing proposals. All interested businesses may submit a proposal, which will be considered by the USCG. The government will award a firm fixed price with option years contract resulting from the RFP to the responsible offeror whose conformance to the RFP will be most advantageous to the government, price and other factors considered which will be identified in the RFP. Contract award is anticipated prior to August 16, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-R-800005/listing.html)
- Place of Performance
- Address: United States Coast Guard, Aviation Logistics Center (ALC), Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02152488-W 20100520/100518234800-27ca07e0465c2513f7e28e2d19602d0f (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 |