MODIFICATION
J -- USN T-34, T-44, T-6 Aircraft Maintenance and Logistics Support
- Notice Date
- 6/1/2010
- Notice Type
- Modification/Amendment
- 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
- N00019-10-R-0069
- Archive Date
- 7/9/2010
- Point of Contact
- Jessica L McGee, Phone: 301-757-1953, Vicki L Ganley, Phone: 301) 757-5209
- E-Mail Address
-
jessica.mcgee@navy.mil, vicki.ganley@navy.mil
(jessica.mcgee@navy.mil, vicki.ganley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a follow up synopsis to previously posted SOURCES SOUGHT N00421-10-NR-55021. The Naval Air Systems Command (NAVAIR) PMA-273 NAVAL UNDERGRADUATE FLIGHT TRAINING SYSTEMS, Patuxent River, MD has a requirement for tasking and equipment required for Organization, Intermediate, and possibly Depot-level aircraft maintenance and logistics support for the USN T-34, T-44 and T-6 trainer aircraft programs. This support is currently being performed under Contract N00019-06-D-0017 awarded to Sikorsky Support Services, Inc (SSSI). In addition, Contract N00019-10-C-0051 was awarded to L-3 Communications Vertex Aerospace, LLC to primarily assist SSSI with on-site scheduled maintenance for both T-34 and T-44 to recover Chief of Naval Air Training (CNATRA) FY10 Pilot Throughput Rate (PTR). The NAVAIR Freedom of Information Action (FOIA) website is available at http://foia.navair.navy.mil. There are approximately two hundred and seventy-three (273) T-34 aircraft. The T-34 is a single engine, two-place (tandem seat), unpressurized, low-wing, monoplane manufactured by Raytheon Aircraft Company. The T-34 aircraft is assigned to CNATRA for various missions at Naval Air Station Pensacola (NASP), FL, Naval Air Station Whiting Field (NASWF), FL, and Naval Air Station Corpus Christi (NASCC), TX. The T-34 aircraft are also assigned to assorted satellite sites to be used for Research, Development, Test, and Evaluation (RDT&E) projects, range clearance and coordination, tactical strike observations, pilot proficiency, and as competitive exercise observer platforms at the following satellite sights: NAS Lemoore, CA; MCAS Miramar, CA; NAS Oceana, VA; NAF El Centro, CA; ATTC Fort Rucker, AL; Redstone Army Airfield, Huntsville, AL; NAWCAD Patuxent River, MD; Pope AFB Fayetteville, NC; NASA Cleveland, OH; NASA Edwards AFB, CA; and Fort Eustis, VA. There are approximately fifty-four (54) T-44 aircraft. The T-44A and T-44C aircraft are twin-engine, pressurized, fixed-wing, five-place monoplanes manufactured by Raytheon Aircraft Company. The T-44A and T-44C aircraft are identical in airframe and propulsion, but the T-44C avionics have been upgraded to an integrated digital cockpit. The T-44 aircraft is assigned to CNATRA for various missions at Naval Air Station Corpus Christi (NASCC). There are approximately forty-two (42) T-6A aircraft and twenty (20) T-6B aircraft. The T-6A/B aircraft are single-engine, two-place (tandem seat), pressurized, low-wing, monoplanes manufactured by Hawker Beechcraft Corporation. Both aircraft are powered by a PT6A-68 free turbine turboprop engine, flat rated at 1100 shp, manufactured by Pratt & Whitney Canada. Each aircraft is equipped with two Martin-Baker US16LA ejection seats and On-Board Oxygen Generating System (OBOGS). The T-6 is the replacement aircraft for the T-34C. The T-6 aircraft is assigned to CNATRA for various missions at Naval Air Station Pensacola (NASP), Naval Air Station Whiting Field (NASWF) and Naval Air Station Corpus Christi (NASCC). The T-6 aircraft are also assigned to satellite sites (noted above for T-34), to be used for RDT&E, production integration testing, range clearance and coordination, tactical strike observations, pilot proficiency, and competitive exercise observer platforms. THE USN NO LONGER INTENDS TO USE SEAPORT-E TO SOLICIT OFFERS FOR THIS EFFORT AND NOW INTENDS TO USE FULL & OPEN COMPETITIVE PROCEDURES VIA FEDERAL BUSINESS OPPORTUNITIES USING SOLICITATION NUMBER N00019-10-R-0069. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. SOLICITATION RELEASE IS ANTICIPATED TO BE IN SEPTEMBER WITH INDUSTRY SITE VISITS TO VIEW THE MATERIAL CONDITION OF AIRCRAFT AFTER SOLICITATION RELEASE. FULL PERFORMANCE IS ANTICIPATED TO COMMENCE BY 1 APRIL 2011. Please continue to monitor this website, as well as the NAVAIR open solicitation website at the following URL http://www.navair.navy.mil/doing_business/open_solicitations/index.cfm for updated information as it becomes available. Attached hereto is a DRAFT version of the Performance-Based Work Statement (PWS) and DRAFT associated documents for industry's review and feedback. The Government has incorporated comments provided during previous PMA 273 industry days and one-on-one sessions, and is receptive to additional ideas to further reduce or limit constraining requirements, approaches to reduce risks, and highlight potential safety, quality, technical or contractual problem areas. While the DRAFT PWS is not a DRAFT Solicitation, comments and recommendations pertaining to any part of the upcoming solicitation, including Sections L and M, as well as general comments on a best value basis for award are welcomed, including any concerns, questions, refinements, or suggestions. Comments on instructions for preparing and presenting proposal volumes on cost, past performance and other subjects are also welcomed. The Government expects to use a best value basis for award, and the Performance Measurement Framework (PMF) reflects areas of interest and concern to the Government. The PMF represents a more focused means of measuring Contractor performance, and measures alignment with the Navy's objectives of Safety, Quality, Sustainment, Performance and ultimately PTR. The Government is seeking input with respect to the notional incentive arrangement itself, and how best to incentivize meeting PTR, which is a critical component of CNATRA's mission. The Government solicits comments, recommendations, and questions that might further align and clarify the understanding between the Government and potential offerors, including whether the PMF is understandable and executable. The period of performance for the upcoming requirement is intended to include at least a base year with one (1) or two (2) one-year options. The final selection of contract types and the scope of work within each type have not been determined at this time. Fixed price elements are likely to be associated with Total Lifecycle Product Support (TLPS), other than conditional maintenance. Cost reimbursement elements are likely to be associated with conditional maintenance and the parts and consumables. The Government expects to project expenditures for the parts and consumable cost reimbursement elements, based on past experience in the procurement of parts and consumables supporting the PWS. Incentive elements are likely to be associated with attainment of performance measured by the PMF. The Government solicits comments, recommendations, and questions regarding contract type, incentive arrangements, and contract line item structure. The Government invites industry feedback via written comments, recommendations, and questions, which shall be received no later than 12:00 p.m. EST on 24 June 2010; however, the Government appreciates earlier written submittals. Please submit to Jessica McGee at jessica.mcgee@navy.mil. In addition to the requested written submittals, PMA-273 intends to host one-on-one sessions with industry for those who wish to offer comments and recommendations in person. The intent of the one-on-one sessions is to get meaningful feedback regarding the requirement and the structure of the PWS and PMF. The one-on-one sessions will be held during the week of 14 June 2010 in Patuxent River, MD, and shall not be longer than two (2) hours per session. Attendance for the one-on-one sessions is limited to three attendees per company. This is a no fee event and seating is limited. Contractors are directed not to present proprietary information submitted in writing or presented during the one-on-ones; any information submitted will become Government property and not be returned to the contractor. The Government is not obligated to and will not pay for any information received from potential sources as a result of this posting. The Government will not reimburse the attendees for any cost associated with participation or attending the one-on-one's. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Responses and comments will not be published, nor will they be released. Any questions concerning this synopsis, and requests for scheduling industry one-on-one's shall be submitted via email to Jessica McGee at Jessica.mcgee@navy.mil. One-on-one's shall be scheduled no later than 4:00 p.m. EST on 9 June 2010. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for award and payment from any DOD activity. Information on registration and annual confirmation requirements for CCR may be obtained by calling 1-888-227-2423, or by accessing the CCR website at https://www.bpn.gov/ccr/. Also, awardees will be required to register for access to Wide Area Workflow (WAWF) for invoicing and payment by NAVAIR. Information on self-registration for WAWF can be obtained at https://wawf.eb.mil, additional support concerning WAWF can be accessed by calling the NAVY WAWF Assistance Line 1-800-5559-WAWF (9293).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-10-R-0069/listing.html)
- Place of Performance
- Address: Naval Air Station Pensacola (NASP), FL, Naval Air Station Whiting Field (NASWF), FL, and Naval Air Station Corpus Christi (NASCC), TX, NAS Lemoore, CA, MCAS Miramar, CA, NAS Oceana, VA, NAF El Centro, CA, ATTC Fort Rucker, AL, Redstone Army Airfield, Huntsville, AL, NAWCAD Patuxent River, MD, Pope AFB Fayetteville, NC, NASA Cleveland, OH, NASA Edwards AFB, CA, and Fort Eustis, VA., United States
- Record
- SN02165450-W 20100603/100601234917-e169f3a43f88f1f933cc5fe410bd6fbe (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 |