Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOURCES SOUGHT

Z -- Maintaining Railcar, Tractor Trailer, Automobile, and Aircraft/Structural Live Fire Trainers

Notice Date
8/9/2010
 
Notice Type
Sources Sought
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, AMC Specialized Contracting Branch (HQ AMC/A7KQ), 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
 
ZIP Code
62225-5022
 
Solicitation Number
FA445210QA082
 
Point of Contact
Deane E. Turner, Phone: 6182290805, Keri A Lindsco, Phone: 618.256.9948
 
E-Mail Address
deane.turner@scott.af.mil, keri.lindsco@scott.af.mil
(deane.turner@scott.af.mil, keri.lindsco@scott.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force, Headquarters Air Mobility Command (HQ AMC) is seeking sources for Maintaining Railcar, Tractor Trailer, Automobile, and Aircraft/Structural Live Fire Trainers for eleven (11) Continental United States (CONUS) air force bases. This Request for Information (RFI) is issued for information and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this RFI. The Air Force will NOT be responsible for any costs incurred by interested parties in responding to this request for information. This notice is an announcement seeking market information on businesses capable of providing the services as described herein. AMC is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Should a future requirement(s) evolve from this preliminary planning process, it is anticipated the period of performance will be a one-year base period plus four (4) one-year option periods. This RFI is seeking sources experienced in providing qualified labor to inspect, test, maintain and repair AMC structural and aircraft Liquid Propane Gas (LPG)-fueled fire trainers (mobile and fixed facility) along with additional trainers such as a railcar and propane vehicle simulator. Maintenance will include winterization and de-winterization for six (6) of the bases. An excerpt of a draft Performance Work Statement ( PWS) is provided below. Please note that this PWS excerpt is in DRAFT form and may change prior to solicitation. The anticipated NAICS code for this requirement is 811310 and the small business size standard is $7.0 million. 1. DESCRIPTION OF SERVICES 1.1. Scope of Work The contractor shall provide all consumable materials, specialized tools and equipment, and qualified labor to inspect, test, maintain and repair the Air Mobility Command (AMC) structural and aircraft Liquid Propane Gas (LPG)-fueled fire trainers (mobile and fixed facility) along with additional trainers such as a railcar and propane vehicle simulator in a manner that will ensure their serviceability and prevent deterioration in operational effectiveness. The contractor shall coordinate with the HQ AMC/A7XF after identifying any necessary maintenance to ensure the serviceability and the prevention of deterioration for operational safety and effectiveness of the trainers and structures. The contractor shall comply with this PWS; the Air Force Technical Order (TO) 35E1-2-13-1 - Operation and Maintenance Instructions for Aircraft Fire Training Facilities; the National Fire Protection Association (NFPA) Standard 1403; the Air Force Occupational Safety and Health (AFOSH) Standard 91-501, Section 8.10.6; all commercial standards, manufacturers' recommendations, procedures, and technical data; and local, state, and federal guidelines as applicable to the work involved. All electrical equipment installation, replacement and/or repair shall be in accordance with (IAW) guidance contained in the NFPA70, National Electrical code. The contractor shall always comply with the most current addition of all standards, regulations, guidelines, and codes. For any conflicts that may arise between the PWS and the standards, regulations, guidelines, codes, etc., the PWS shall take precedence. 1.2 Specific Technical Support Tasks. Throughout the duration of this contract, the contractor shall provide the following: 1.2.1. Inspection and Preventive Maintenance Services for Air Force Standard Design Aircraft LPG Live Fire Trainers 1.2.1.1 The contractor shall maintain the eleven (11) Air Force standard design and constructed aircraft LPG trainers located at the following locations: Charleston JB, North Carolina; Dover AFB, Delaware; Fairchild AFB, Washington; Grand Forks AFB, North Dakota; Little Rock AFB, Arkansas; MacDill AFB, Florida; McChord JB, Washington; McConnell AFB, Kansas; McGuire/Dix/Lakehurst JB, New Jersey; Scott AFB, Illinois; and Travis AFB, California. 1.2.1.2 The contractor shall perform all required inspections and preventive maintenance in accordance with TO 35E1-2-13-1, this PWS, NFPA Standards, commercial standards, and Appendix 1A - USAF Aircraft Live Fire Trainer Facility (AFTF) Inspection & Testing Requirements. 1.2.1.3 Inspection and preventative maintenance services shall occur semi-annually unless waived by HQ AMC/A7XF. 1.2.1.4 Winterization 1.2.1.4.1 The contractor shall perform winterization services of the aircraft live fire trainers at McConnell AFB, Kansas; McChord JB, Washington; Grand Forks AFB, North Dakota; McGuire/Dix/Lakehurst JB, New Jersey; Fairchild AFB, Washington; Dover AFB, Delaware; and Scott AFB, Illinois. 1.2.1.4.2 The contractor shall perform winterization services in accordance with TO 35E1-2-13-1, SWP 005 01. Due to the varying locations and extreme temperatures at each location, the contractor shall coordinate with the Field Representative at each base to schedule the winterization preventive maintenance. 1.2.1.4.3 All winterization maintenance shall be accomplished Not Later Than (NLT) November of the calendar year. 1.2.1.5. De-winterization 1.2.1.5.1 The contractor shall perform de-winterization services of the aircraft live fire trainers at McConnell AFB, Kansas; McChord JB, Washington; Grand Forks AFB, North Dakota; McGuire/Dix/Lakehurst JB, New Jersey; Fairchild AFB, Washington; Dover AFB, Delaware; and Scott AFB, Illinois. 1.2.1.5.2 The contractor shall perform de-winterization services in accordance with TO 35E1-2-13-1, SWP 005 02. Due to the varying locations and extreme temperatures at each location, the contractor shall coordinate with the Field Representative at each base to schedule the de-winterization preventive maintenance. 1.2.1.5.3 All de-winterization maintenance shall be accomplished NLT May of the calendar year. 1.2.2 Inspection and Preventive Maintenance Services for Commercial Structural Live Fire Trainers 1.2.2.1 The contractor shall maintain the eleven (11) Structural Fire Trainers and structural LPG trainers located at Charleston JB, North Carolina; Dover AFB, Delaware; Fairchild AFB, Washington; Grand Forks AFB, North Dakota; Little Rock AFB, Arkansas; MacDill AFB, Florida; McChord JB, Washington; McConnell AFB, Kansas; McGuire/Dix/Lakehurst JB, New Jersey; Scott AFB, Illinois; and Travis AFB, California. 1.2.2.2 The contractor shall perform all required inspections and preventive maintenance in accordance with NFPA 1403, this PWS, commercial standards, Appendix 1C - T-500 Structural Fire Trainer Inspection & testing requirements, and Appendix 1D - Draegger Structural Fire trainer Inspection & testing requirements. Personnel Requirements: Qualified personnel performing work under this contract shall have at least three (3) years of experience performing inspections, maintenance, repairs, winterization, and de-winterization of Air Craft and Structural Live Fire Trainers for the United States Air Force. These individuals shall also have a working knowledge of Technical Order 35E1-2-13-1, National Fire Protection Association (NFPA) Standard 1403 and the Air Force Occupational Safety and Health (AFOSH) Standard 91-501, Section 8.10.6. All electrical equipment installation, replacement and/or repair will be IAW guidance contained in the National Fire Protection Association (NFPA) 70, National Electrical Code, and Current Edition. If your company has an interest in proposing on the requirements described above, please respond no later than 2:00 pm central standard time, 16 August 2010. Questions in reference to this RFI need to be submitted before 2:00 pm central standard time, 12 August 2010. Please provide your Capability Statement to Ms. Deane Turner, Contract Specialist, Deane.Turner@scott.af.mil. The Capability Statement should include the following general information and technical background describing your firm's experiences in contracts requiring similar efforts. Please use no more than 10 typewritten pages using 10-point type or larger. Published literature may be any number of pages. Request Capability Statements include the following: 1. Company name, address, point of contact (POC), telephone number, fax number, e-mail address, NAICS code, CAGE code, GSA schedules held, company size (small, large business); if small, indicate type (8(a), small disadvantaged business, HUB zone, minority-owned, woman-owned, veteran-owned, etc.). 2. Demonstration of your ability to provide the PWS tasks and meet the personnel requirements as described above. 3. Past/Current Performance Background as it relates to supporting the above requirement a. Contract identification number(s) b. Title and a brief summary of the objective of the effort c. Contracting agency or firm (Government or commercial) d. Value of the contract(s) e. Type of contract(s), i.e., fixed price, cost reimbursement, labor hour 4. Identification of Major Risks: General information to identify any major risks anticipated. 5. Anticipated Teaming Arrangements (if applicable). 6. Typical contract terms and conditions for this type of work; include, for example, contract type, contract metrics, contract incentives, CLIN (Contract Line Item Number) structure.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/FA445210QA082/listing.html)
 
Place of Performance
Address: 11 Conus Air Force Base Location, United States
 
Record
SN02233797-W 20100811/100809235235-ab4621b0fb0065205488da743c508642 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.