Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2015 FBO #4899
SOURCES SOUGHT

J -- USCG Aircraft Programmed Depot Maintenance (PDM) Support

Notice Date
4/22/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-15-S-010002
 
Archive Date
6/13/2015
 
Point of Contact
David E. Tanner, Phone: 2523356142, Kia R. Walton, Phone: 252-335-6499
 
E-Mail Address
David.E.Tanner@uscg.mil, Kia.R.Walton@uscg.mil
(David.E.Tanner@uscg.mil, Kia.R.Walton@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought HSCG38-15-S-010002 Category: Medium Range Surveillance Aircraft Programmed Depot Maintenance (PDM) Support, U.S. Coast Guard Aviation Logistics Center, Elizabeth City, NC. 27909 Synopsis: This is not a request for proposals. This synopsis is for information, planning and market research purposes only. This is not a solicitation announcement and no contract will be awarded from this announcement. Small and disadvantaged businesses are encouraged to provide a response. Please respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your service listed on a GSA schedule? (8) Do you have other government agencies using this service, and if so which agencies, contact names and numbers? (9) If possible, any contact for civilian users for general usage of service questions. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunity (FBO). Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the USCG to award any contract. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 29 May 2015 at 4:00 PM ET. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the USCG make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement (if, any) separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Organizations having the required expertise and capabilities are invited to provide comments. The information contained here shall pertain to this sources sought and shall not be construed as a solicitation. The Coast Guard does not intend to pay for the information received. Replies: All interested parties should respond in writing to David Tanner, MRS Contracting Officer, e-mail address; david.e.tanner@uscg.mil, USCG Aviation Logistic Center, Elizabeth City, NC 27909. 1.0 SCOPE 1.1 GENERAL The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Elizabeth City, NC, under the Department of Homeland Security, has continuing requirements for Contractor-furnished resources, capabilities, and technical assistance to support its primary mission areas of: (1) repair and modification of aircraft such as the HC-144, HC-27 and/or other aircraft as required; (2) storage, stocking of inventory, control, accounting, issue, and shipping of supply parts and aeronautical equipment; (3) preservation, storage, and maintenance of replacement aircraft parts; (4) technical engineering support in aeronautical and avionics fields; and (5) aircraft sheet metal mechanics, avionics mechanics and paint shop support. The Contractor shall provide technical, professional, engineering and administrative capabilities to support Aircraft/Programmed Depot Maintenance (PDM) for designated aircraft, Unscheduled Depot Level Maintenance (UDLM), Contract Field Team (CFT) support for aircraft, and Engineering Technical Services for each platform as tasked. Place of performance will be located at or near the Elizabeth City, NC, US Coast Guard ALC complex or at a contractor facility if proposed. CFT support may be required to travel to various Coast Guard air stations or other areas as designated. 1.2 DEFINITIONS 1.2.1 Programmed Depot Maintenance (PDM): Programmed maintenance actions to be accomplished at the Depot level to repair and overhaul aircraft and return subject aircraft to an airworthiness condition, may include: Arrival activities similar to ground runs, cabin pressure decay test and leak check, and de-fueling. •Disassembly •Removing •Cleaning •Inspecting (visual, mechanical) •Maintenance actions to address abnormal conditions or corrosion •Preserving •Servicing •Lubricating •Operational Checking •Testing •Installing and assembling •Preparation and painting of small areas or parts (HC-144 aircraft exterior painting is accomplished under a separate contract) •Ground runs and flight tests 1.2.2 Aircraft Modification Line: A group of Contractors who perform maintenance actions which change the physical configuration or the functional characteristics of a system or equipment on the aircraft. 1.2.3 Unscheduled Depot Level Maintenance (UDLM): Maintenance actions which are not scheduled under PDM or Modification Line work packages and unscheduled drop-in maintenance on aircraft for depot level repair actions. 1.2.4 Contract Field Team (CFT): A group of Contractor maintenance personnel who are provided with Government furnished special tools, equipment and supplies to accomplish maintenance/modification onsite at operational bases. The work involves depot level, organizational and intermediate level tasks. 1.2.5 Engineering Technical Services: Contractor personnel with expertise in aircraft who can provide technical support for complex issues which are centered on system integration support, modifications, field services and management support. 1.2.6 Airframe Sheet Metal/Machine Shop: Contractor personnel with expertise in manufacture, repair and modification of aircraft, subsystems and components including all flight controls, structural parts and assemblies and ground support equipment associated with the aircraft. 1.2.7 Minor Paint Shop: Contractor personnel with expertise in preparing and painting components of the aircraft. This is not complete aircraft painting. 1.3 PERIOD OF PERFORMANCE / PLACE OF PERFORMANCE 1.3.1 The period of performance will be a base year with two one year option periods. Place of performance will be located at or near the Elizabeth City, NC Coast Guard ALC complex or at a contractor facility if proposed. CFT support may be required to travel to various Coast Guard air stations or other areas as designated. 1.3.2 Work Schedule: The Contractor shall work 80 hours every two weeks. Normal schedule shall be 40 billable hours every week. The work schedule shall be 7:00 a.m. to 3:30 p.m. Monday thru Friday, with lunch break being 12:00 p.m. to 12:30 p.m., or as approved by the Contracting Officer's Representative (COR). 1.4 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT (GFP/E) 1.4.1 The Government will provide all tools, equipment, hazardous materials and aircraft consumables, excluding Personnel Protective Equipment (PPE) for use in the performance of maintenance, repair, modification and overhaul of aircraft and related systems in accordance with the requirements of this section. Personal tools are not included nor are they authorized to be used in the performance of work under this SOW. 1.4.2 Unless otherwise stipulated in the task order, property will be provided on a no-charge-for-use basis. GFP shall be used for Coast Guard assigned tasks only. 1.4.3 Contractor Acquired Materials. The Contractor will not purchase any materials or parts under this task order. 1.4.4 Contractor Furnished Materials. 1.4.4.1 The Government shall provide adequate furniture, office supplies (computers, phones) and office space necessary to support contract requirements. Any Government furnished equipment must be returned at the completion of the contract. The Contractor will be responsible for providing all other items necessary to complete the requirements of this contract. 1.4.4.2 The Contractor shall provide Personnel Protective Equipment (PPE) for contract employees. The following PPE will be Contractor supplied: safety shoes; prescription safety eye glasses; plastic safety glasses; coveralls both insulated and non-insulated; rain gear; cold weather gear; and air respirators. 2.0 REQUIREMENTS 2.1 Contractor Personnel: First Right of Refusal. In accordance with FAR 52.222-17 (Jan 2013) Non-displacement of Qualified Workers, the predecessor contractor's employees are entitled to a "first right of refusal". Due to the applicability of this clause, the Coast Guard recognizes that these employees meet the minimum acceptable experience standards specified in the Statement of Work. The successor contractor or its subcontractors is/are not required to provide employee resumes for incumbent employees. The Contractor shall provide personnel in the labor categories identified in the task order schedule to support tasks. Unless otherwise noted, all labor categories shall possess a high school diploma or GED-equivalent. Additionally, experience in using the Asset Logistics Management Information System (ALMIS) and Asset Maintenance Management Information System (AMMIS) is highly desired for positions that require access to ALMIS/AMMIS. Specific minimum experience levels may be waived at the discretion of the Government if comparable experience can be proven. The Government may not require each position to be filled. PDM location will dictate the number of required positions. 2.2 Position Descriptions 2.2.1 Production Control Clerk: Must have at least one (1) year total experience in production control operations. Acts as point of contact for maintenance activities; initiates and controls forms and records relative to maintenance and inspection programs, including intensive interaction with and data correction and entry into the Qqest TM timekeeping system; monitors GFP and man-hour expenditures within the maintenance activity for all project related maintenance; coordinates and monitors supply actions relative to the aircraft maintenance activity. ALMIS/AMMIS experience desired. Historical annual hourly requirement has been 3,920 hours. 2.2.2 Supply Clerk: Must have at least two (2) years total experience in aircraft supply, familiarity with military supply systems. Duties include: issue tools; calibrate and maintain status of calibration on special tools and equipment; insure tools and equipment returned are clean and working properly; maintain inventory of components of calibrated equipment; turn-in unsafe or unserviceable tools and equipment; maintain required supplies for tool room operation; properly label packages and include inventory list, project code and value; prepare shipping documentation; file shipping documents and inventory listings of shipped items; log outgoing shipments; assist in research and preparation of requisitioning documents for supplies and "Off-Line" requisitions; prepare supply request documentation for parts, material and equipment for stock, maintenance and projects to be given to the Government for procurement; document requisitions and maintain record of demands. ALMIS/AMMIS experience desired. Historical annual hourly requirement has been 5,880 hours. 2.2.3 Tool and Parts Attendant: Must have at least two (2) years total experience as a Tool and Parts Attendant or two (2) years experience in the machine, sheet metal or woodworking trades. Must operate a tool crib that services from 25 to 50 people by, ordering, receiving, storing, issuing and inventorying tools, parts and stock. Must select, issue and accept returned tools and equipment requested by shop personnel. Must maintain appropriate records on a menu driven computer system. Must maintain reorder levels by submitting replenishment requests. ALMIS/AMMIS experience desired. The Government will procure stock. Historical annual hourly requirement has been 5,880 hours. 2.2.4 Aircraft Mechanic: Must have at least four (4) years total experience (civilian or military) in Aviation Maintenance or possess an Aviation Technical School certification or degree. Duties include performing a full range of airframe and engine maintenance, repair, modifications, inspections and servicing of aircraft in accordance with approved methods, techniques and practices and certifies accomplished work. This entails the ability to troubleshoot engines and systems and use the Federal Supply system; read and understand technical manuals and schematics; read and interpret all instruments; use special test equipment and tools; research the technical library; perform full system checkouts on all aircraft systems; perform complete servicing of aircraft. Historical annual hourly requirement has been 1,960 hours. 2.2.5 Aircraft Avionics Technician: Must have at least four (4) years experience in aircraft electronics installation, troubleshooting and repair. Duties include installation and removal of avionics components, trouble shooting and repair of aircraft interface issues with avionics components, antennas, radar systems, navigations systems and flight director systems. Historical annual hourly requirement has been 3,920 hours. 2.2.6 Program Analyst, Intermediate: Must have at least five (5) years experience managing aviation technical maintenance programs. Must have supervisory experience. Must have a working knowledge of Work Breakdown Structures (WBS), Earned Value Methodology (EVM) and Lean Manufacturing Processes. Related experience includes technical program management, budgeting, scheduling, trade-off analysis, lifecycle costs, risk management, supportability, test and evaluation, and requirements development. Presentation and briefing skills are required. Duties and tasks are similar to those of program specialists but are of such a degree of complexity that past experience and knowledge are required to manage complex and high visibility projects. ALMIS/AMMIS experience desired. Historical annual hourly requirement has been 1,960 hours. 2.2.7 Painter, Aircraft: Must have at least two (2) years experience as a Journeyman Industrial Painter. Must prepare surfaces by sandblasting, sanding, applying chemical degreasing and etching solutions, metal conditioners and wash primers. Must paint a variety of composite and metal items, primarily by spraying with lacquers and acrylics. Must independently plan details of work, selecting method, equipment and process best suited for a particular requirement. Historical annual hourly requirement has been 5,880 hours. 2.2.8 Airframe Sheet Metal Mechanic: Must have at least four (4) years total experience in airframe repair. Fabricates, assembles, and installs parts designed by local technical authority. Must be familiar with military technical manuals, technical orders, modification work orders and blue prints. Duties include coordination with project engineer personnel throughout the project, provide technical assistance to project engineers, contractors and factory representatives. Manufacturers and installs sheet metal repairs to a variety of aircraft, possesses an in-depth knowledge of sheet metal materials and repair techniques. Uses tools and equipment associated with a sheet metal shop, such as protractors, calipers, pitch gauges, crimping tools/machines, forming machines, milling machines, saws and drilling presses. Must be able to read and interpret blueprints, schematics and rudimentary drawings. Historical annual hourly requirement has been 1960 hours. 2.2.9 Program Specialist: Must have at least a Bachelor of Science Degree in a technical discipline or five (5) years of related experience. Provides program management support to engineering staff. Support includes project scheduling, financial management, briefing, coordination and graphic presentation and technical studies. Duties include such tasks as reviewing technical drawings for accuracy, managing various aircraft related improvement and maintenance programs, preparing design changes for both depot and unit level maintenance procedures, developing time compliance technical orders, and assisting in the development and validation of prototype components and systems. ALMIS/AMMIS experience desired. Historical annual hourly requirement has been 5,880 hours. 2.2.10 Flight Line Attendant (Ground Support Equipment (GSE)): Must have at least four (4) years total experience in maintenance and operation of ground support flight line equipment. Services aircraft; directs incoming and outgoing aircraft; secures aircraft in parking position with blocks and replenishes fuel; checks for fuel contamination by draining sumps and fuel drains; performs maintenance and cleaning of hangar; operates sweeper and scrubber; removes trash and oily rags; grounds aircraft, places drip pans under aircraft and installs aircraft covers on the aircraft and maintains ground support equipment. Historical annual hourly requirement has been 1,960 hours. 2.2.11 Machinist: Must have at least 4 years of machine-shop experience, which may include a formal apprenticeship or equivalent on-the-job-training. The machinist produces replacement parts and new parts in making repairs of metal mechanical equipment. Work involves most of the following: interpreting written instructions and specifications, planning and laying out of work, using a variety of machinist's hand tools and precision measuring instruments, setting up and operating standard machine tools. Responsible for shaping of metal parts to close tolerances, making standard shop computations relating to dimensions of work, tooling, feeds, and speeds of machining; knowledge of the working properties of common metals, selecting standard materials, parts, and equipment required for this work; and fitting and assembling parts into mechanical equipment. Historical annual hourly requirement has been 980 hours. 2.3 Supervisory Support: For the purposes of this task order, a separate billable rate will not be established for supervision. Manning for this support will not be determined by the Government nor included in the task order as a part of the team complement. Appropriate manning levels of supervision will be Contractor determined and funded by Contractor. 2.4 Team Complement: The team complement is the estimated number and skill classification of personnel expected to be required to accomplish a task. The team complement will be Government determined. If the Contractor chooses to work personnel outside their set skill classification or team complement that has been set by the Government, any additional salary paid to the personnel will be non billable to the Government. This team complement is based on past experience for aircraft undergoing their PDM tasks, engineering technical service support and sheet metal shop operations. The contactor shall provide labor hours by occupational specialty as indicated on an annual basis. For planning purposes 1,960 hours is considered one man-year/position. All personnel will be trained and qualified to perform duties associated with their respective positions. Labor hours to support UDLM and CFT actions will depend on each individual event. The Government will allow man hours to be diverted from either PDM or Mod Line efforts to meet the urgent requirements created by those actions. 2.5 Depot Level Maintenance, Overhaul, Major Repair and Modification of Aircraft and Aeronautical Equipment The Contractor personnel provided under team complement shall support depot level maintenance, overhaul, major repair and modifications of aircraft and aeronautical equipment. Capabilities that shall be required include the following: 2.5.1 Programmed Depot Maintenance (PDM) support: The Contractor shall provide qualified personnel, technical and administrative support to assist the MRS Product Line in accomplishing PDM on designated aircraft in accordance with procedures as outlined. The Contractor shall not deviate from established procedures unless authorized in writing by Coast Guard Technical Authority (MRS Product Line Engineering Branch Chief). 2.5.2 Major Repair and Modifications: The Contractor shall provide, qualified personnel, technical and administrative support to conduct repairs and modifications to aircraft, both at or adjacent to the Aviation Logistics Center, or at field units as needed. The Contractor shall not deviate from established procedures unless authorized in writing by Coast Guard Technical Authority (MRS Product Line Engineering Branch Chief). 2.6 Storage, Stocking of Inventory, Inventory Control, Issue, and Shipping of Supply Parts and Aeronautical Equipment The Contractor personnel provided under team complement shall support storage, stocking of inventory, inventory control, issuance, and shipping of supply parts and aeronautical equipment. Capabilities that shall be required include the following: a) Planning and Scheduling b) Parts Storage c) Supply and Receiving d) Tool Room e) Ready Issue f) 2 Bin (Consumables and Expendables) g) Ground support services including, but not limited to, refueling and servicing of aircraft 2.7 Preserve, Store, and Maintain Replacement Aircraft Parts The Contractor personnel provided under team complement shall support preservation, storage, and maintenance of Ready for Issue (RFI) and Non RFI Coast Guard aircraft components. 2.8 Technical Engineering Support in Aeronautical and Avionics Fields (Technical Services) The Contractor personnel provided under team complement shall provide technical engineering support in the aeronautical and avionics fields to support the functions listed below and delineated in the paragraphs that follow. Requirements also include search, detection, navigation and related electronics systems, as well as ground support equipment associated with the aircraft. a) Engineering Management b) Program Management c) PLM Administrative Support d) Product Line Cell Support e) Technical Library f) Engineering Support 2.8.1 System Integration Support The Contractor personnel provided under team complement shall provide system integration support for related aircraft, electronic components, subsystems and systems. The Contractor shall assist in developing integration plans and strategies, develop/define interfaces, assist in implementing integration plans and strategies and test the results of integration of new and/or existing systems for use by platforms and facilities. Support shall include assistance with actual integration of systems, subsystems and components and all supporting requirements associated with the new capability. These may include user documentation, maintenance documentation and logistics documentation. 2.8.2 Modification Support: The Contractor personnel provided under team complement shall provide modification support and capabilities for aircraft, associated systems, and support equipment including search, detection, navigation and other related electronic components, subsystems and systems. 2.8.2.1 Modification Kits The Contractor personnel provided under team complement shall provide requisite engineering, fabrication and installation of modification kits and generation of the applicable technical documentation in support of the modification process. Only fabrication in support of the service of this task order shall be done. 2.8.2.1.1 Design, Fabrication and Installation of Modification Kits The Contractor personnel provided under team complement shall provide fabrication, and installation of modification kits. Kit design, fabrication and integration shall be accomplished in accordance with the standards specified and with accepted commercial practices. Quality standards in kit design and fabrications shall be in accordance with ISO 9000, Quality Program Requirements, unless otherwise specified. Kit contents shall be fully documented. Kits approved for fabrication shall be delivered with complete installation drawings, schematics and procedures for their incorporation into equipment or systems. Only fabrication in support of the service of this task order shall be done. 2.8.3 Field Services Technical Support The Contractor personnel provided under team complement shall provide direct/indirect field services technical support at specified operating activities, centralized maintenance depots, and at other sites to support related aircraft, electronic components, subsystems and systems. The Contractor shall provide onsite technical support for approved prototype and installation of equipment or system modifications, assist in assessing and resolving reliability and maintainability problems, and provide technical interface between vendors and operational/field activities. Technical documentation support shall be provided when required and shall include those services necessary for development or modification of data/work packages, technical manuals and other technical data as required. End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-S-010002/listing.html)
 
Place of Performance
Address: Aviation Logistics Center (ALC) or Contractor Proposed Facility, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03707561-W 20150424/150422234953-76a55fe61eed339082b0d16592a049c0 (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.