Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
MODIFICATION

J -- C-37 Aircraft Contractor Logistics Support (CLS) Services Bridge Effort

Notice Date
5/31/2011
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA810611R0005
 
Point of Contact
ANGELA DENISE TAYLOR, Phone: 405-739-4341, William T Stark, Phone: (405)739-2318
 
E-Mail Address
angela.d.taylor@tinker.af.mil, william.stark@tinker.af.mil
(angela.d.taylor@tinker.af.mil, william.stark@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION: The Oklahoma City Air Logistics Center, Aircraft Sustainment Directorate (OC-ALC/GKSKB) located at Tinker AFB, Oklahoma is requesting information and conducting market research to identify and determine if there are potential sources which have the capabilities to provide Contractor Logistics Support (CLS) services for a multi-agency C-37 aircraft requirement. This Request for Information (RFI) is for planning and market research purposes only and should not be considered as a request for proposal or as a solicitation to do business with the Government. There is no solicitation package available at this time. The historical C-37 CLS (IDIQ) contract F33657-02-D-2011 was awarded to Gulfstream Aerospace Corporation on March 8, 2002. The intended purpose of this RFI is to support a potential bridge effort between the historical C-37 CLS contract (Contract #: F3357-02-D-2011) and the follow-on competitive C-20/C-37 CLS (RFP #: FA8106-11-R-0001) acquisition. DESCRIPTION: (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in Federal Acquisition Regulation (FAR) 31.205-18(a), "Bid and Proposal (B&P) Costs". All vendor responses are for informational purposes only and shall not be used as a proposal. (b) Responses to this RFI must at a minimum be able to describe your company's capabilities and provide a brief synopsis of your ability to meet either all or a portion of the requirements described herein. Recommendations regarding the potential breakout of this requirement will be considered for preliminary planning and market research purposes. Vendor responses to this RFI shall be limited to five (5) pages and include the following administrative information: - Vendor name, address, point of contact, phone number, and e-mail address - Vendor interest in proposing on the solicitation when it is issued - Vendor capability to perform a contract of this magnitude and complexity - Vendor ability to phase-in and phase-out services within period of performance specified below - Vendor type of business size and small business status, as applicable - Vendor joint venture information, as applicable, including existing and potential (c) Responding vendors shall include Gulfstream GV and G550 aircraft historical data currently obtained and how it has benefited or constrained projects/programs. In addition, provide the organization's dedicated experience with GV and G550 aircraft, including employees trained with the number of years in support of GV and G550 aircraft experience. Resources necessary will include proprietary design, modification, production, and material support data for twenty (20) C-37 aircraft. Additional requirements include the performance of aircraft repair, maintenance, inspections, and modifications C-37 aircraft, please provide experience with these aircraft types. Non-recurring engineering support services may be required in support of aircraft modifications. (i) The C-37 is a militarized version of the FAA-airworthiness certificated Gulfstream GV and G550 aircraft. The C-37 is powered by twin Rolls Royce BR-710 engines. These aircraft are equipped with specialized mission communication stations. The C-37 mission is to provide worldwide airlift support for senior military leaders and Government officials. The C-37 fleet is maintained In Accordance With (IAW) FAA approved maintenance standards in order to maintain the aircraft FAA Airworthiness/Type Certification. Maintenance requirements that exceed the capabilities at the MOB are accomplished at a Federal Aviation Regulation (FAR) Part 145 FAA-certified Gulfstream V and 550 repair station. C-37 aircraft CLS includes all support actions required for operating and maintaining the aircraft, aircraft subsystems, and support equipment. At the MOBs, all permanently assigned personnel working directly on the aircraft are required to have a SECRET clearance as well as the Maintenance Director, Program Manager, Logistics Manager, and Site Lead(s). One of the MOB locations is within Federal Republic of Germany. US citizens performing services on Government contracts may not begin working in Germany without the required approvals. Import/Export of contractor furnished material into Germany is required. Two levels of support are required for this effort, full and partial CLS. (ii) Full CLS includes all aircraft maintenance and personnel, materials and inspections, launch and recovery of aircraft, management of all Government owned spares and support equipment through a Contractor Operated and Maintained Base Supply (COMBS); repair and overhaul of all repairable spares at FAA certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine/Auxiliary Power Unit (APU) repair and overhaul. The supply support requires the contractor to identify, procure, stock, store and issue common and peculiar spare parts, components, consumables and bench stock for the aircraft, aircraft systems, engines/APUs and peculiar test/support equipment. Additional support, as over and above tasks, engineering services including development, test and FAA certification of modifications, installation of modifications, depot maintenance support, field team support (worldwide), deployment support (worldwide), aircraft crash investigations, failure and teardown reports, acquisition of commercial data, and damage repair. (iii) Partial CLS of the C-37 aircraft at Andrews AFB, MD includes supply of all Government owned spares and support equipment through a COMBS; repair and overhaul of all repairable spares at FAA certified repair stations; maintenance and repair of all support equipment; aircraft paint; engine/APU repair and overhaul and depot level maintenance. These actions include supply, procurement, production control, quality control, engine/APU tear down and completion reports, component failure reports, and acquisition of commercial data. This effort includes additional support, as over and above tasks, engineering services including development, test and FAA certification of modifications, and installation of modifications. Organizational level maintenance for Air Force aircraft at Andrews AFB is accomplished through a separate contract vehicle. (iv) Rolls Royce BR710 unscheduled maintenance will be required during the base period of this effort. Scheduled and unscheduled engine maintenance will be required during the option periods. Engine support shall be accomplished by using Rolls Royce BR710 Corporate Care or an equivalent program that ensures C-37 engine spares availability. (v) The majority of the spares on the C-37 are contractor owned and furnished. The current contractor furnished inventory within all COMBS locations is approximately valued at $39M. There is no requirement for the purchase and maintenance of this level of spares. However, the contractor needs to sustain a supply support system that will ensure the mission capability standard (90%) is maintained. (d) Responding vendors shall answer the following questions: (i) Will additional data be required in support of C-37 CLS services? If so, what would be the associated cost, if known? (ii) Do you currently provide Aircraft Maintenance and Contractor Operated and Maintained Base Supply (COMBS) to customers who operate small business jets? If so, how many locations, number of aircraft, and model aircraft do you support? (iii) Has your company had experience (in the past 5 years) providing Aircraft Maintenance and COMBS to a fleet of business type jet aircraft in excess of twenty (20) aircraft in multiple locations? (iv) Has your company had experience (in the past 5 years) providing only COMBS support for military maintainers? Did you face any challenges? If so, what challenges did you face and how did you overcome them? (v) Has your company had experience (in the past 5 years) providing Aircraft Maintenance and COMBS outside of the continental United States and its territories? Where was that customer located? (vi) What is the optimal phase in period for establishing CLS for a fleet of twenty (20) aircraft at five (5) sites? What are the advantages/disadvantages of a longer phase-in and phase out period? How does a longer period for phase in affect cost? Assuming the scope of work does not change, how long of a period of performance can you accurately project your costs? (vii) How long is your typical contractual arrangement established with vendors and subcontractors? (viii) Do you have the ability to perform non-recurring engineering service capability on a commercial C-37 aircraft? (ix) What limitations of engineering support if any would you have? (x) What previous experience does your company have with Government contracts? (xi) Is your company familiar with the Government processes of contracting, billing, engineering, etc.? (xii) If you had previous contracts with the Government, what types of pricing arrangement were used? (xiii) What type of pricing arrangement would you recommend for the contract? (xiv) What does your company specialize in? (xv) What other recommendations/approaches can you offer that would provide USAF insight that would result in successful Contractor Logistic Services purchase and acquisition effort for these twenty (20) C-37 aircraft? (xvi) Provide any comments you have for this seven month base period and six (6) one month option periods. (xvii) What challenges if any will occur in sourcing personnel to support this effort with the required security clearances? (xviii) Has your company had experience importing and exporting contractor owned material through customs within Germany? (xix) Can your company source a Rolls Royce engine support agreement or its equivalent for this effort's period of performance? - Base Period: 8 Mar 2012 - 30 Sep 2012 - Option Period I: 1 Oct 2012 - 31 Oct 2012 - Option Period II: 1 Nov 2012 - 30 Nov 2012 - Option Period III: 1 Dec 2012 - 31 Dec 2012 - Option Period IV: 1 Jan 2013 - 31 Jan 2013 - Option Period V: 1 Feb 2013 - 28 Feb 2013 - Option Period VI: 1 Mar 2013 - 31 Mar 2013 (e) All responses should be received no later than 4:00 PM CST, 10 Jun 2011. All questions and comments must be in writing, no telephone calls. The Government has only limited rights in the data for the aircraft from Gulfstream Aerospace Corporation, the Original Equipment Manufacturer (OEM), and therefore will not be able to provide data to interested sources. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. (f) All interested parties should send company and/or descriptive literature along with responses to the following questions and any comments or questions to the following: - Mr. William T. Stark, e-mail: william.stark@tinker.af.mil - Mr. Kyle M. Rust, e-mail: kyle.rust@tinker.af.mil - Ms. Angela D. Taylor, email: angela.d.taylor@tinker.af.mil Contracting Office Address: 3001 Staff Drive, Ste 1AG76A OC-ALC/GKSKB Tinker AFB, Oklahoma 73145-3015 Primary Point of Contact: Ms. Angela Taylor, Contracting Specialist Email: angela.taylor@tinker.af.mil Phone: 405-739-4341 Fax: 405-739-7556
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810611R0005/listing.html)
 
Record
SN02460205-W 20110602/110531234324-99270b4d2b621438bdd40ae923577c6d (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.