Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
MODIFICATION

J -- AFICA FMS F-16 Aircraft Maintenance - F-16 Aircraft Maintenance PWS

Notice Date
6/6/2014
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Force Installation Contracting (AFICA), 338 SCONS, 2021 1st Street West, Randolph, Texas, 78150-4302, United States
 
ZIP Code
78150-4302
 
Solicitation Number
FA300214RTAIWAN
 
Point of Contact
Gwen K Mayhue, Phone: 210-652-3816, Kerry A. Kelly, Phone: 210-652-3226
 
E-Mail Address
gwen.mayhue@randolph.af.mil, kerry.kelly.2@us.af.mil
(gwen.mayhue@randolph.af.mil, kerry.kelly.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Question Form F-16 Aircraft Maintenance PWS (draft) INDUSTRY DAY I. General Information The 338th Specialized Contracting Squadron (SCONS) and the Air Force Security Assistance Training Squadron (AFSAT) will host an Industry Day on 24 June 2014 from 9:00am through 4:00 pm (MST) to provide interested parties with additional information and solicit feedback on the F-16 Aircraft Maintenance for Taiwan Air Force at Luke AFB, AZ requirement. Industry Day will be held at the 21st Ops Briefing Room, Building #447, 7255 Nth Fighter Country Avenue, Luke AFB, AZ 85309. Individual breakout sessions will be BY APPOINTMENT ONLY. Each appointment will be scheduled on a first come-first serve basis, in 30 minute increments. When registering, please provide your statement of interest to schedule the individual session, along with the information requested in items (1-7) below. The Government will e-mail the session time. Interested attendees may pre-register by e-mail to Gwen Mayhue at gwen.mayhue@us.af.mil. Seating is limited; therefore, we request no more than three (3) members per company or partnering arrangement. This is NOT a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this special notice will be used for informational and planning purposes of Industry Day. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. For purposes of this special notice, the North American Industry Classification System (NAICS) Code is 488190, Other Support Activities for Air Transportation, and the small business size standard is $30.0 Million. II. Vendor Response Companies interested in attending the Industry Day MUST respond to this Special Notice, no other notice will be posted. Please provide the information requested below (1-7) to Gwen Mayhue via e-mail at gwen.mayhue@us.af.mil by 18 June 2014 at 1500 (CST). Respondents will receive the Industry Day specifics along with Base entry and parking requirements via email. QUESTIONS: Please submit all questions in writing, via email, to avoid any misunderstanding or confusion. All questions submitted before Industry Day will be addressed on Industry Day. ALL QUESTIONS MUST BE SUBMITTED NO LATER THAN 18 JUNE 2014 at 1500 (CST). All questions submitted BEFORE and DURING Industry Day will be answered in writing and posted on FBO.gov AFTER Industry Day. 1) Company Information a. Company Name b. Address c. Point of Contact d. Telephone Number e. E-mail address Note: The Government intends to publish a list of attendees to encourage subcontracting opportunities. 2) Commercial and Government Entity (CAGE) Code 3) Business Size (i.e. Small Business, Other than Small) 4) Company's role in the performance of the requirement a. Prime Contractor b. Subcontractor c. Other (please describe) 5) Does your company have access to a military facility or will personnel in attendance of Industry Day require special access? To assist us in obtaining guest access onto Luke AFB, please provide the following information for all attendees requiring access: Last Name, First Name; Date of Birth; Social Security Number; Driver's License Number and State of Issue; and Vehicle Information (if applicable) - Make, Model, and License Plate Number. All foreign nationals will need a Foreign Visit Request (FVR); provide the Document Number and Country of Issue. All information must be submitted no later than 18 June 2014 at 15:00 (CST). 6) Is your company interested in having a break out session for One on One time during Industry Day? 7) How many personnel (Prime/Sub/Teaming) will be attending? Point of Contact(s): Gwen Mayhue, e-mail: gwen.mayhue@us.af.mil The 338th Specialized Contracting Squadron (338 SCONS) is seeking information concerning the availability of capable contractors to provide non-personal services in support of 14 F-16A Block 20 Republic of China (Taiwan) Foreign Military Sales (FMS) Aircraft Maintenance and manage and execute Taiwan FMS Supply Warehouse functions necessary to support 21 Fighter Squadron (FS) Taiwan Pilot Training program, Luke AFB, AZ. The Taiwan Air Force owns the aircraft, support equipment, and tools. The United States Air Force provides the facilities and the utilities. Contractor personnel and facility clearances required is "SECRET". Internet and email capabilities are provided by the Government "For Official Use Only" business. The contractor is required to provide their own personal business internet and e-mail capabilities. A DRAFT of Section 3-1, of the 21 FS Aircraft Maintenance Performance of Work Statement (PWS) is attached for informational purposes only and shall not be construed as the final Request For Proposal (RFP) document. This Request for Information (RFI) is issued for informational and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential sources in support of the Government's requirements. Contact with Government personnel, other than those specified in this RFI, by potential offerors or their employees' regarding this requirement is not permitted. This is not a RFP. It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. 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. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. For purposes of this RFI, the North American Industry Classification System (NAICS) Code is 488190, Other Support Activities for Air Transportation, and the small business size standard is $30 million per year. System for Award Management (SAM) is mandatory (www.sam.gov). The contractor shall maintain and repair all unit assigned aircraft, engines, associated mission support equipment and manage Taiwan FMS supplies in accordance with (IAW) the objectives and responsibilities outlined in Air Force (AF) and Air Education and Training Command (AETC) directives, applicable AF/AETC/unit/base manuals/regulations/plans, instructions, and all applicable equipment and general support technical orders/data in order to meet the 21 FS Taiwan FMS Pilot Training mission. Requirements include: The contractor shall perform all Aircraft General, Engine, Avionics, Electro-Environmental, Weapons and Engines on-equipment maintenance (also specified uninstalled off-equipment maintenance for Engines). The Contractor shall provide recovery and repair of off-station and cross-country aircraft. The Contractor shall be responsible for recovery and repair of assigned not mission capable (NMC) aircraft anywhere in North America and if required, shall provide in-route maintenance support to or from Taiwan. Aircraft Maintenance General support shall include servicing, scheduled and unscheduled maintenance, pre-flights, thru-flights, basic post-flights, special inspections, corrosion control, cleaning, ground handling, launch and recovery of aircraft, troubleshooting and adjustment, on-equipment repairs (limited off-equipment), and component removal and replacement and ensuring concise documentation of maintenance actions IAW aircraft specific technical data, AFI 11-218, FLIGHT OPERATIONS and AFI 21-101. Perform on-equipment maintenance on pneudraulics, hydraulic, and pneumatic systems and components including; all maintenance inspections, aircraft systems troubleshooting and testing, on-equipment repairs, component removal and replacement, organizational level TCTOs, aircraft ground handling, servicing, and cleaning, and user maintenance of test and special equipment IAW technical data and AFI 21-101. Additionally, perform launch and recovery procedures IAW aircraft specific technical data, AFI 11-218 and AFI 21-101. The contractor shall ensure maintenance personnel cordially greet aircrews upon arrival at aircraft, accompany them on preflight inspections, assist in cockpit activities, assist with deplaning and ensure maintenance personnel are present to marshal aircraft in and out of parking locations. The contractor shall provide weapons support to include loading and unloading munitions (for example, AIM 120's and AIM 9s missiles, loading/unloading 20 millimeter ammunition, Bomb Dummy Unit (BDU) 33s, BDU 50s, Mark (MK) 82, and MK 84, precision-guided munitions, chaff/flare, etc.) and weapons systems troubleshooting in support of daily, exercise and contingency operations. The weapons support shall also include on-equipment weapons related scheduled and unscheduled maintenance actions. Avionics support shall include maintaining the aircraft guidance and control systems and their components. Responsibilities may include, but are not limited to, the maintenance of stability augmentation systems (SAS); flight, navigation, engine, and general instruments; encoders; flight data recorders; inertial navigation systems (INS); autopilot systems; malfunction, detection, analysis, and recording subsystem, (MADARS); and assigned test equipment not specifically maintained by Precision Measurement Equipment Laboratory (PMEL). Communication-Navigation support shall include maintaining the aircraft communications and navigation system and their components. Responsibilities may include, but are not limited to, the maintenance of Identification Friend (IFF) or Foe equipment, Mode S transponders, instrument landing systems (ILS), tactical airborne navigation (TACAN) systems, traffic collision avoidance systems (TCAS), global positioning systems (GPS), search and weather radar, Ultra High Frequency (UHF), Very High Frequency (VHF), and High Frequency (HF) communication and intercommunication systems. Other duties include maintenance of, 21 FS aircraft radios installed in ground environments, and assigned test equipment not specifically maintained by PMEL. Electronic warfare support includes maintaining the Air Force Navy/Airborne Locating Receiver AN/ALR-56M Radar Warning Receiver, Automatic Link Establishment (ALE) 47 Chaff/Flare Dispenser and their system components. Electro-environmental support to include maintenance on the following aircraft systems and components: oxygen, environmental, pneumatic, electrical, vacuum, and bleed air. The Contractor shall have the capability to service, repair, modify, and test components of these systems to include authorized local manufacture, repair, overhaul, testing, modification, and inspection of electrical components, batteries, and battery charging units. Upload, download, perform organizational level repair for Sharpshooter/Pathfinder Targeting Pods (if required) and Electronic Countermeasures Pods. Propulsion support shall include performing F-100-220 installed engine inspections, engine removal and installation, organizational level off-equipment repair, test adjustment, conditioning, and component replacement. The contractor shall also perform select uninstalled Jet Engine Intermediate Maintenance (JEIM) including component replacement, repair, test, run, adjustment, and conditioning required for the Taiwan FMS F-16 Block 20 aircraft. The contractor shall establish and perform Support Functions IAW AFI 21-101 to include, but not limited to, -21 equipment, TOs, bench stock, hazmat, tools, and control Test, Measurement, and Diagnostic Equipment (TMDE). The SP shall implement and manage a Tool Management Program (also known as Composite Tool Kit (CTK) Program) IAW AFI 21-101, local guidance, and the current National Aerospace FOD Prevention, Inc (NAFPI) FOD Prevention Guidelines and foreign object damage/debris prevention The contractor shall also provide quality control function, plans, scheduling, and documentation, engine management, maintenance data systems analysis, maintenance debriefing function, aircraft inspection function, maintenance supply support, and management of Government furnished property and equipment. The contractor shall perform and manage Taiwan FMS Main Supply Warehouse (Bldg. 420) operations. The contractor shall provide services that meet the unique FMS supply, material, and equipment requirements of Luke AFB, 21 AMU and 21 FS. Supply support includes all processes involved with procuring, receiving, warehousing, storage, distributing, and managing assets and support equipment (SE) peculiar to the Taiwan FMS Program. The contractor shall utilize the SBSS, Gang 1 (US Air Force system), gang 2 databases and be responsible for supply requirements IAW AFI 23-101. The contractor shall follow the procedures contained in 21 FS OI 23-1 but shall be exempt from monitoring certain Gang 2 requirements. The contractor shall provide immediate support of supplies, equipment and transportation requirements for installation exercises. The contractor shall implement and manage Reclamation Programs for the benefit of Taiwan Air Force (TAF) using PWS specified guidance. The Contractor shall perform facility up-keep on Government provided facilities, grounds, and work areas the contractor and contractor employees occupy. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Gwen Mayhue @ gwen.mayhue@us.af.mil by 7 Apr 14 @ 1400 CST. Please do not call the contracting office for information; email any questions to avoid any misunderstanding or confusion. The Capability Statement should include general information and technical background describing your firm's experience in contracts requiring similar training efforts to meet the program objectives. At a minimum the following information is requested: (1) Company name, CAGE Code and DUNS number, address, point of contact (POC), POC current telephone number and current email address; (2) approximate annual gross revenue (3) small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); (4) Indicate if your role in the performance of the requirement would be (a) Prime Contractor; (b) Subcontractor; or (c) Other, please describe; (5) If you indicated your role as "Prime Contractor" on Question 4, indicate the functions for which you plan to use subcontractors; (6) If you indicated your role as "Prime Contractor" on Question 4, please provide brief information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this; (7) If you indicated your role will be a "Subcontractor" on Question 4, please indicate which functional areas you intend to cover; (7) a brief summary of your company's experience in maintaining F-16 aircraft; (8) we currently have a contractor performing the duties of this requirement and we anticipate a 30-day transition period; please provide a transition approach that demonstrates your ability to transition workload from the existing contract to the new contract with minimum impact on daily operations; (9) indicate whether or not your company would be likely to submit a proposal if a formal solicitation is forthcoming; (10) indicate which North American Industry Classification System (NAICS) code(s) your company usually performs under for Government contracts. (11) Request large and small businesses provide a reasonable expectation for small business utilization as a percent of a total contract value. Please provide supporting rationale for the recommended percentage. The Government reserves the right to decide whether or not a small business set-aside (SBSA) is appropriate based on responses to this notice. In order for the Government to make an SBSA determination, it is requested that small business concerns provide sufficient written information supporting their capability to perform the requirement listed above. Email any questions to avoid any misunderstanding or confusion. We hope to eliminate duplicate questions by posting any and all questions on the www.fbo.gov website. If any questions contain propriety information, such information must be identified. All questions must be provided NLT 14 Mar 14. Additional information or updates will be posted at the www.fbo.gov website. It is the responsibility of interested parties to check this website regularly for any changes or updates. No extensions will be granted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0235e3c45f06abcbb0867db01bd9e7ca)
 
Place of Performance
Address: Luke AFB, AZ, Phoenix, Arizona, United States
 
Record
SN03388044-W 20140608/140606234516-0235e3c45f06abcbb0867db01bd9e7ca (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.