MODIFICATION
16 -- C-9B Contractor Logistics Support
- Notice Date
- 12/14/2010
- 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, Phone: 240-725-7531, Angie N Nelson, Phone: (240) 725-7514
- E-Mail Address
-
james.m.smith@navy.mil, angela.nelson1@navy.mil
(james.m.smith@navy.mil, angela.nelson1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 four C-9B, the Marine's two C-9B, and NASA's one DC-9 aircraft. The site locations and respective quantities briefed at the Pre-solicitation Industry conference in May has changed as a result of an accelerated divestiture plan. 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 NAS Whidbey Island, WA and MCAS Cherry Point, NC. 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. NASA CLS services consists of Depot Level Support (scheduled and unscheduled); and Drop-In Maintenance. 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 requirements contract with nominal Labor Hour and 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. It is anticipated that the RFP will be released NLT 28 February 2011 with a contract award NLT 30 September 2011. It is requested that Contractor's interested in the Navy's revised C-9 CLS requirement please provide response to Ms. Angela Nelson at Angela.nelson1@navy.mil no later than 07 January 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-10-R-0039/listing.html)
- Record
- SN02344037-W 20101216/101214234548-20fe68f9480842e1559a2713d83d6fc3 (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 |