MODIFICATION
16 -- C-9B Contractor Logistics Support
- Notice Date
- 6/8/2010
- 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-0039
- Archive Date
- 9/30/2011
- Point of Contact
- James M. Smith,
- E-Mail Address
-
james.m.smith@navy.mil
(james.m.smith@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) is seeking sources to provide Contractor Logistics Support (CLS) for the Navy's fifteen C-9B, the Marine's two C-9B, the Air Force's three C-9C and NASA's one DC-9 aircraft beginning October 2011. The C-9 aircraft are currently operationally supported by organic organizational level (O-level) and commercial depot level. All avionics systems and components must be installed and maintained in accordance with the manufacturer's specification as delineated in 14 CFR Part 43 and repaired by a certified 14 CFR Part 145 Repair Facility. The CLS services shall consist of, but not limited to, 1) Site Support at JRB, Fort Worth, TX; NAS Whidbey Island, WA, NAS Willow Grove, PA, MCAS Cherry Point, NC and Scott AFB, TX; 2) Inventory Management and support to include tracking and control of Government inventory; 3) Depot Level Support (scheduled and unscheduled); 4) Drop-In Maintenance; 5) Component Repair and Overhaul of Government-owned Inventory; 6) Contractor Field Teams; 7) Replacement of Government-owned Inventory; and 8) Engine Condition Monitoring. Please note, Airframe depot maintenance services for the Navy, Marine, USAF and NASA are necessary to meet C-9 aircraft operational requirements. The Government intends to award a base year plus 4 option years contract, with a total period of performance of 1 October 2011 through 30 September 2016, FAR Part 15, fixed price Indefinite Delivery type contract with Indefinite Quantity and Cost Reimbursement line items. The following timeframes are anticipated: Draft Request for Proposal (RFP) 18 February 2010, Pre-solicitation Industry Conference April 2010, Final RFP September 2010 and Contract Award no later than 30 September 2011. Contractors who believe they possess the demonstrated expertise and experience in functionality shall submit electronically a statement of their capabilities to Contract Specialist, Sotanya Rushing at Sotanya.rushing@navy.mil no later than 12 February 2010. With the Capability Statement, interested firms shall indicate whether or not they are a large business, small business, small disadvantaged business, woman owned business, or other type and include their contact information. Interested parties are encouraged to provide benefits and disadvantages of each methodology. This sources sought is for informational and planning purposes only and does NOT constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The Government is not obligated to and will not pay for any information received from industry sources as a result of this sources sought. When submitting email, please include the following information: company name, address, point of contact, email address, phone number and fax number. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-04-16 15:02:03">Apr 16, 2010 3:02 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-06-08 15:09:07">Jun 08, 2010 3:09 pm Track Changes THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command, Patuxent River, MD intends to procure Contractor Logistics Support (CLS) consisting of Airframe Depot, Engine Depot and Site Support services for, the Navy's 15 C-9B, the Marine's two C-9B, the Air Force's three C-9C and NASA's two DC-9 aircraft. The C-9 aircraft are currently operationally supported by organic organizational level (O-level) and commercial depot level maintenance. All avionics systems and components must be installed and maintained in accordance with the manufacturer's specification as delineated in 14 CFR Part 43 and repaired by a certified 14 CFR Part 145 Repair Facility. The CLS services shall consist of, but are not limited to, 1) Site Support at JRB, Fort Worth, TX; NAS Whidbey Island, WA; NAS Willow Grove, PA; MCAS Cherry Point, NC; and Scott AFB, TX; 2) Inventory Management and support to include tracking and control of Government inventory; 3) Depot Level Support (scheduled and unscheduled); 4) Drop-In Maintenance; 5) Component Repair and Overhaul of Government-owned Inventory; 6) Contractor Field Teams; 7) Replacement of Government-owned Inventory; and 8) Engine Condition Monitoring. The contract will be for a base year plus 4 option years. The contract is anticipated to be issued under the Federal Acquisition Regulations, Part 15 Contracting by Negotiation and it will be a fixed price Indefinite Delivery type contract with nominal Cost Reimbursement line items. The current contract is through 30 NOV 2011. Full-performance of the follow-on contract will begin 01 Dec 2011 with a minimum 60 day transition phase-in period to proceed. Various draft documents (CLIN Structure, CLIN description and RFP attachments with the exception of paint drawings) are available for review and comment on the following NAVAIR WEBSITE: www.navair.navy.mil. On the menu bar select Business Opportunities, Open Solicitations, and RFP Number N00019-10-R-0039. RFP terms and conditions will be subsequently posted. Accordingly, it is recommended that companies periodically monitor NAVAIR's website for RFP updates. A copy of the current contract can be obtained via the NAS Patuxent River, NAWC FOIA "Read Room," at the following address: http//foia.navair.navy.mil/contract_search.html under Contract N00019-07-D-0100. Additionally, the Navy is in the process of loading the associated predecessor solicitation to the FOIA "read room." Industry will be advised accordingly when the solicitation has been posted. POST-SOLICITATION INDUSTRY DAY- C-9 Aircraft Contractor Logistics Support (CLS) Industry Day PowerPoint Brief Slides are avaiable for review on the following NAVAIR WEBSITE: www.navair.navy.mil. On the menu bar select Business Opportunities, Open Solicitations, and RFP Number N00019-10-R-0039. The attendee list is available upon request. Any questions regarding this announcement should be directed to Mr. James Smith, the Contracting Officer at 240-725-7531 or james.m.smith@navy.mil.***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-10-R-0039/listing.html)
- Record
- SN02171266-W 20100610/100608235008-79f7a57b6c3364cc1cefa3bceb69798b (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 |