SOLICITATION NOTICE
J -- Vance Flight Operations Support (FOS) - FA3002-13-R-0008 Vance FOS Pre-Solicitation Notice
- Notice Date
- 10/1/2013
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, JBSA Randolph, Texas, 78150-4302, United States
- ZIP Code
- 78150-4302
- Solicitation Number
- FA3002-13-R-0008_Vance_FOS
- Point of Contact
- Gerardo C. Martinez, Phone: 2106524058, Samuel E. Hutchins, Phone: 2106529221
- E-Mail Address
-
Gerardo.Martinez@us.af.mil, samuel.hutchins@us.af.mil
(Gerardo.Martinez@us.af.mil, samuel.hutchins@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- FA3002-13-R-0008 Vance FOS Pre-Solicitation Notice. This notice is associated with Request For Information/Sources Sought Notice FA3002VANCEOPS14. This presolicitation notice is associated with Request For Information/Sources Sought Notice FA3002VANCEOPS14. The Air Education and Training Command Specialized Contracting Squadron (AETC CONS), Randolph AFB, TX is conducting an acquisition for Vance Flight Operations Support (FOS) Services re-competition and follow-on contract. This is a pre-solicitation notice to provide non-personal services for Aircraft Maintenance, Aircrew Flight Equipment, and Airfield Management Support Services at Vance AFB, OK. (Note: The description herein is a summary of the required services and is not intended to be all-inclusive.) The supported mission of the 71 FTW is threefold: the Specialized Undergraduate Pilot Training (SUPT) Program (producing pilots for U.S. Air Force and allied nations as directed), prepare forces to support mobility taskings, and deploy when directed and execute mission directives. T he service provider will provide maintenance and ground support for 45 T-1, 104 T-6, and 66 T-38C aircraft with an estimated 75,000 flying hours annually. The services include aircrew flight equipment inspections and repairs that support approximately 300 instructor pilots and 400 students annually. The services include the following: Applicable to FOS (Aircraft Maintenance, Aircrew Flight Equipment, and Airfield Management) : Provide vehicles, equipment, tools, and supplies unless specified in the Performance Work Statement (PWS) as Government furnished or provided. Perform records management for generated and received Government documents. Perform services in an environmentally acceptable manner IAW applicable governing directives. Establish an occupational safety and health program for employees in compliance with the Occupational Safety and Health Act (OSHA) (Public Law 91-596) and the resulting OSHA Standards 29 CFR 1910 and 1926 (to include applicable DoD and Air Force Safety Guidelines required in protection of Government resources and the general public). Comply with Air Force safety standards only to the extent required to protect AF resources (facilities, equipment, and AF personnel) and the general public. Comply with base security requirements. All SP employees must have a minimum of Advance Fingerprints and a National Agency Check with Inquiries (NACI) completed. A National Agency Check with Local Agency Check and Credit Check (NACLC) is required for access to some work areas classified Secret. Aircraft Maintenance services include: Organizational level (on-equipment maintenance, directly on the aircraft or support equipment at the flight line level) services to include the following (not all inclusive): Aircraft ground handling support (aircrew assistance to include assisting aircrews with Pre-Flight checks, aircrew walk around); launch (applying electrical power/high volume pneumatic air for engine start, performing flight control visual operational checks with the aircrews at the controls, and marshaling the aircraft out of the parking spots); recovery (marshaling the aircraft into the parking spots, assisting the aircrew with exiting the aircraft, and assisting the aircrews with after flight inspection and aircraft records documentation); aircraft servicing; safety of flight (pre, thru, and post flight inspections and corrosion prevention and cleaning); scheduled and unscheduled maintenance, repair, and management support of all assigned T-1, T-6, and T-38C aircraft, and J85 engines, Jet Engine Intermediate Maintenance (JEIM) and associated aerospace ground equipment. [Note: J85 engines sent to the Engine Regional Repair Center at Laughlin AFB, TX for periodic inspection and major unscheduled repairs.] Intermediate level (off-equipment "back shop" maintenance on removed component parts or equipment) services to include the following (not all inclusive): accessories (electrical and environmental, egress, fuel, hydraulic systems, and wheel and tire); avionics; fabrication (structural maintenance on Sheet metal); metals technology (welding); non-destructive inspection (NDI); propulsion (engine); and Aerospace Ground Equipment (AGE). Maintenance Operations Center (MOC), Plans, Scheduling and Documentation (PS&D), maintenance data system analysis, and engine management. Other services to include Quality assurance/control, transient aircraft support, base historical/static display aircraft (corrosion prevention, cleaning and painting, aircraft maintenance and repair, and record management), aircraft crash recovery, off-station recovery support (to include all western region off-station recovery and munitions management and storage). Aircrew Flight Equipment services include: Providing life support and survival equipment (personal parachute, parachute harness, helmets, survival kit, emergency locator, and G-suit) fitting, issuing, inspection, and maintenance for each flying squadron assigned to Vance AFB. Provides aircrew member training on aircraft egress, parachute, and survival procedures. Airfield Management services include: Managing base flight operations to include airfield management services requiring coordination with air traffic control on approximately 225 flights daily, a irfield runway and taxiway operational safety inspections, and the processing of approximately 225 flight plans daily. A single Firm-Fixed-Price (FFP) contract will result from the solicitation. The contract shall be for a one (1) year base period beginning 1 October 2014 (Mobilization Period: 1 Oct 2014 through 30 Nov 2014 and Base Year Period of Performance: 1 Dec 2014 - 31 Jan 2015) and will include 6 one-year option periods and the option to extend services. The Request for Proposal (RFP) FA3002-13-R-0008 will be posted on or about 15 October 2013, and proposals are anticipated to be due on or about 3 December 2013. This will be an electronic solicitation release. A pre-proposal conference/site visit is tentatively scheduled on or about 6 November 2013 at Vance AFB, OK. The solicitation, amendments, and other miscellaneous documents will be posted to the Federal Business Opportunities (FBO) website at http://www.fbo.gov. It is the responsibility of each offeror to review the web page for notice of amendments, updates, or changes to current information. This requirement will be conducted as a full and open competitive acquisition and will be evaluated using a Best Value Lowest Price Technically Acceptable (LPTA) source selection process. A source selection will be conducted in accordance with Federal Acquisition Regulations 15.3 as supplemented by Department of Defense Source Selection Procedures, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315 Contracting by Negotiation (dated 3 May 2011), and AFFARS Mandatory Procedures 5315.3 Source Selection (dated 4 May 2011). In order to be eligible for award, registration under the correct North American Industry Classification System (NAICS) code in the System for Award Management is required. To register, go to https://www.sam.gov/portal/public/SAM/. The North American Industry Classification System (NAICS) code for this solicitation is section 488190 - Other Support Activities for Air Transportation. The small business size standard is $30 million in annual gross receipts. There will be no public bid opening. Directions for proposal submission will be included in the solicitation. Dates listed above are approximate and included for reference only. In light of the Government shutdown, the dates are subject to being adjusted accordingly. The actual date and details will be published in a separate notice (e.g. actual dates of the conference/visit will be specified in the solicitation). Contact with Government personnel other than the Points of Contact (POC) listed below by a potential offeror or their employees regarding this acquisition is strictly prohibited. Any questions regarding this notice should be directed to following: Primary POC: Mr. Gerardo C. Martinez E-mail: gerardo.martinez@us.af.mil Telephone: 210-652-7826 Alternate POC: Capt Samuel E. Hutchins E-Mail: samuel.hutchins@us.af.mil Telephone: 210-652-9221 Alternate POC: Ms. Gloria M. Marshall E-mail: gloria.marshall@us.af.mil Telephone: 210-652-7998
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/SCS/FA3002-13-R-0008_Vance_FOS/listing.html)
- Place of Performance
- Address: Vance AFB, Oklahoma, United States
- Record
- SN03209165-W 20131003/131001234603-36ea7ce3379ebec959d0b43c1bb3d946 (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 |