Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
MODIFICATION

L -- Transient Aircraft Services

Notice Date
10/15/2015
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, National Guard Bureau, 127 MSC, Contracting Division, 43200 MAPLE STREET, BLDG 105, SELFRIDGE ANG BASE, Michigan, 48045-5213
 
ZIP Code
48045-5213
 
Solicitation Number
W912JB-16-R-4000
 
Archive Date
12/15/2015
 
Point of Contact
David A. Nicholas, Phone: (586) 239-2557
 
E-Mail Address
david.a.nicholas21.civ@mail.mil
(david.a.nicholas21.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT W912JB16R4000 TRANSIENT AIRCRAFT SERVICES AT SELFRIDGE ANG BASE, MI 48045 This is a SOURCES SOUGHT synopsis. This SOURCES SOUGHT synopsis is not to be construed as a commitment by the Government. Selfridge ANG Base is seeking potential small business sources to include all set asides for a Transient Aircraft Services contract. The service will include the following: The contract will be non-personal in nature. The service is located at Selfridge ANG Base, MI 48045 (Macomb County). The Government intends to award one contract Firm Fixed Price (FFP) for an ordering period of up to one year, with four option periods (for a total of 5 years). The Standard Industrial Classification Code (SIC) is 4581and North American Industry Classification Systems (NAICS) code is 488190. The size standard for this NAICS is $32.5 million. No solicitation is currently available. Transient Aircraft Services to include all personnel, equipment, tools, materials, supervision and other items or services necessary to perform the following tasks: DESCRIPTION OF SERVICES: The contractor shall perform Aircraft Transient Alert Services on Selfridge ANGB as defined in this Performance Work Statement (PWS). Contractor tasks include: Management : The contractor shall establish an Aircraft Services Management system to perform the following: Prepare AF Form 861 or locally developed electronic document, Transient Aircraft Servicing Report, on all aircraft daily and submit a paper copy to the COR weekly. If the document is electronically developed for database input, it may be delivered to the COR no later than (NLT) the second day of the following month. At any time data regarding the Air Force Form 861 will be provided when requested by the Government. When services and supplies are provided to foreign, commercial, and other non-DOD aircraft, the contractor shall annotate this data on the AFTO Form 349, and submit to the Accounting and Finance Office (AFO) in accordance with T.O. 00-20-1. The AFO will use this data to gain reimbursement from these non- DOD agencies. Coordinate arrival and departure times, parking locations, fuel delivery, maintenance requirements and de-icing with the Maintenance Operations Control (MOC). Establish an effective tool and equipment control program to preclude tools and equipment being left in or around aircraft. Maintain a technical order and publications file. Check the weekly schedule planner for any technical order changes at least weekly. Ensure changes have been posted within five working days and the list of effective changes inspection has been accomplished. See Appendix C for contractor maintained technical orders and publications. Maintain records of employee training, qualification, and certification. Provide all vehicles not otherwise noted in this document, needed to accomplish the requirements of this PWS. Transient aircraft vehicles will be uniform in color and equipped with appropriate "Follow Me" signs in accordance with military and FAA industry standards, and pintle hooks capable of towing aerospace ground equipment in excess of 7000 pounds. All vehicles shall be identified with the contractor's company name visible on both sides. Aircraft Arrival Services: The contractor shall provide services required to prepare for and properly park transient aircraft. Contractor shall: Dispatch personnel to prepare for aircraft arrival. Preposition all required equipment such as fire extinguishers, ladders, chocks, ground wires, powered and non-powered aerospace ground equipment, prior to aircraft arrival. Remove foreign objects from aircraft parking and work areas. The foreign object inspection cannot be accomplished earlier than 30 minutes prior to aircraft arrival. Meet transient aircraft upon arrival at the designated taxiway in a "Follow Me" vehicle and lead to the designated parking spot; marshal aircraft onto spot. Check for hot brakes (on F-16 aircraft, check for hydrazine leaks). Insert wheel chocks before pilot exits aircraft. Install all gear, egress, and safety pins as required. Perform grounding of aircraft in accordance with T.O. 00-25-172 or specific aircraft technical order. Connect and operate aerospace ground / support equipment as required. Debrief aircraft commander and inform the MOC of aircraft status and service requirements. Verbally confirm location of all aircraft systems containing explosive devices and verify that they were made safe. Install all pitot, inlet, intake and duct covers as required. Inspect for foreign objects prior to installation. Escort base assigned aircraft between parking spot and runway when coordinated with the MOC, control tower, or pilot. Aircraft Processing Services: The contractor shall provide services required to process transient aircraft as coordinated with the aircraft commander. Obtain, inspect, position, connect, and operate powered and non-powered aerospace ground equipment. Check / service / sample engine oil. Oil must be checked and samples taken within the time constraints established by specific aircraft technical data. When processing oil samples they will be extracted and delivered to the Joint Oil Analysis Program (JOAP) lab located at Lewis-Main, building 9500, in accordance with current memoranda of agreements. Refuel standard military and commercial aircraft as required. The contractor shall clean up fuel spills that occur on transient aircraft in coordination with the on-scene commander. Personnel shall be properly trained, and will use all required protective equipment. Check and service oxygen, hydraulics, fuels, oil, and other systems. Perform an overall visual inspection of airframe and components. Check for fluid leaks, damage or other problems that may affect safety of flight. Ensure aircraft panels and secondary structures are secure. The contractor shall tow all transient aircraft as coordinated with the MOC. Perform thru-flight / post-flight inspections and minor maintenance as required. Check tires and struts for condition and service. Remove snow and de-ice aircraft in accordance with T.O. 42C-1-2 and MAFBI 21-3 and local equipment checklists. Inspect and clean canopy / windscreen. Retrieve deployed deceleration chutes from transient aircraft. Deliver to survival equipment shop. Pick up and install repacked chutes for transient aircraft. Secure aircraft that remain overnight. Ensure all hatches, windows and doors are closed. When weather conditions dictate, moor aircraft as required. Check, make required entries in AFTO Form 781A series write-ups as required. Perform minor maintenance as required. The following sub paragraphs are considered minor maintenance. If technical data is not available or maintenance is beyond the scope of the contractor, a repair team from the aircraft's home station will be requested through the Maintenance Operations Center (MOC). Check, service, components such as sump jars, shock struts, tires, brakes, landing gear, oxygen, nitrogen, hydraulic and environmental. Inspect and use aerospace ground equipment such as maintenance stands, jacks, air compressors, oil, oxygen, and nitrogen servicing equipment, ground heaters and coolers, portable generators, and aircraft tow bars. Aircraft Departure Services: The contractor shall provide services required for aircraft departure. Brief aircraft commander on aircraft status. Remove ground wires and pitot, inlet, intake and duct covers as required. Inspect intakes and inlets for foreign objects. Connect and operate required aerospace ground equipment. Assist crewmembers in accomplishing Preflight and Engine Start Checklists. Confirm removed / remove gear locks and pins. Confirm with aircrew that all cockpit safety devices and other aircraft explosive safety pins have been removed. Ensure aircraft panels and covers are properly fastened and secure for flight. Disconnect all aerospace ground equipment, deice aircraft as required. Remove chocks. Marshall Aircraft from parking area. Perform end of runway inspection when requested by the aircraft commander in accordance with T.O. 00-20-1. Inspect parking / work areas for foreign objects and remove support equipment. Document all reimbursable supplies, equipment and services provided to Non-DOD aircraft in accordance with paragraph 1.1.2. Emergency Services. The contractor shall respond to and support emergency or wartime contingency situations as described below. This effort shall be included as part of the price of the contract. The contractor shall in coordination with the situational commander accomplish the following actions: Respond to emergencies on the runway or taxiway. The contractor may be required to tow disabled aircraft or use "Follow Me" vehicle to lead emergency response teams to the site of the emergency. Participate in Disaster Preparedness (actual or exercise). The contractor may be required to tow transient aircraft from affected areas or assist in relocating maintenance equipment. The contractor may also be required to evacuate the affected area until the all clear is given. The contractor will not be held liable for delays that affect routine workload. Contractor Manpower Reporting: The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of the Air Force via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Air Force CMRA" or icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website at: http://www.ecmra.mil/. As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Responses shall include the following information: 1. Offeror's name, addresses, point of contact, telephone number and e-mail address. 2. Offeror's business size to include designation as HUBZone, 8(a), SDVOSB, etc. For 8(a) Offeror, please include proposed graduation date from the 8(a) program. 3. Statement of capability (SOC) is limited to 15 pages. The SOC shall contain pertinent and specific information addressing the following areas: (1) Proof of SDVOSB, HUBZone, or 8(a) etc. status; (2) Expertise in providing Aircraft Arrival Services (T/A), Aircraft Processing Services (T/A), Aircraft Departure Services (T/A), Flight Line De-icing Services (T/A), Emergency Services (T/A); and (3) Demonstration of similar contract performance within the last three years. A listing of projects completed during the past three years (both Government and private industry). The type of project, dollar value, contract number, location, and Point of Contract are to be included. Indicate if you were the prime or a subcontractor on these projects; if subcontractor, provide the name and Point of Contact of the prime contractor. Responses must be received no later than 11:59 P.M. EST on 13 Nov 2015. Responses shall be electronic to David Nicholas, david.a.nicholas21.civ@mail.mil. You may confirm receipt by calling David Nicholas (586) 239-2557. Only electronic submissions will be considered. Any costs incurred as a result of this announcement shall be borne by the Offeror and will not be charged to the Government for reimbursement. This notice is to assist the National Guard Bureau in determining potential small business sources only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20-2/W912JB-16-R-4000/listing.html)
 
Place of Performance
Address: 43200 Maple St. Bldg. 105, Selfridge ANG Base, Harrison Township, Michigan, 48045, United States
Zip Code: 48045
 
Record
SN03922375-W 20151017/151015234333-8486f67ade9cb6f0488bf20238a27f97 (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.