Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 07, 2017 FBO #5644
SOURCES SOUGHT

99 -- RSAF Maintenance and Operations

Notice Date
5/5/2017
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
RSAFF15SGTRAINING(1)
 
Point of Contact
Thomas W. Ashton, Phone: 2088283107, Robert B. Miller, Phone: 2088283102
 
E-Mail Address
thomas.ashton@us.af.mil, robert.miller.17@us.af.mil
(thomas.ashton@us.af.mil, robert.miller.17@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS POSTING CAPTURES BOTH FEDERAL SERVICE CODES, J015 FOR AIRCRAFT MAINTENANCE AND REPAIR, AND R499 FOR FLIGHT OPERATIONS AND TRAINING. INTERESTED PARTIES MAY SUBMIT CAPABILITY PACKAGES FOR EITHER MAINTENANCE OR FLIGHT OPERATIONS SINGULARLY, OR AS COMBINED CAPABILITIES. This is a Sources Sought Notice in accordance with FAR Part 10, Market Research. This is for planning purposes only to assist in determining if this effort can be procured competitively. There is no solicitation available at this time. A prior Sources Sought Notice was published and responses received in May 2016. If an interested party submitted information in response to the May 2016 Sources Sought Notice, there is no requirement for the respondent re-submit that information. However, a prior respondent may update information previously submitted in response to the May 2016 Sources Sought Notice. The Government is seeking business concerns interested in this requirement with capabilities and qualifications required to perform the below services. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in small businesses socio-economic categories. The Government requests that interested parties respond to this notice if capable to perform these type services, and also identify your small business status against the identified NAICS code if applicable. If a solicitation is released, it will be synopsized and posted on the FedBizOpps website. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement. DESCRIPTION: The contractor shall be responsible for providing expertise to train, assist and perform operations supporting Republic of Singapore Air Force (RSAF) personnel on proper maintenance (Mx) and flying operations. The contractor shall provide personnel, supervision, and services necessary to maintain RSAF F-15SG aircraft, United States Air Force (USAF) F-15E aircraft, and support equipment, all assigned to the 366th Fighter Wing located at Mountain Home AFB (MHAFB), Idaho. The acquisition could result in two (2) separate contracts, Maintenance and Flight Operations, and may be Firm-Fixed Price (FFP) or Cost Reimbursement or a combination, for a 6-month base period and four (4) one-year options. The North American Industry Classification System (NAICS) for this effort is 488190 - Other Support Activities for Air Transportation, with a U.S. small business size standard of $32,500,000; NAICS 611512 for Flight Training, with a U.S. small business size standard of $27,500,000 if submitted separately. OBJECTIVE: The following labor categories and functions shall be the primary, but not limited to, contract services covered by this acquisition effort. MAINTENANCE SUPPORT Maintenance Operations (MO) to include functions such as Maintenance Operations Center (MOC), Plans/Scheduling/Documentation (PS&D), Mx Training Instructor/Unit Training Manager, Weapons Standardization, Mx Analyst, Quality Assurance Inspection, and limited Product Improvement Management (PIM) functions for technical data/publications. Aircraft Mx functions such as Production Superintendent (Pro Super), Flight Line Expediter, Aircraft Mx Section Chief, Weapons Section Chief, Aircraft Technicians (Crew Chief), Avionics Specialist, Electrical & Environmental Specialist (E&E), Weapons Specialist/Expediter, Structures Mx, Aircraft Phase Inspection, Supply Specialist, Functional Systems Administrator (FSA)/Information Manager (IM) and Technical Order Distribution Officer (TODO), and Support Section Technicians. Component Mx functions such as Fuel Shop, Test, Measurement & Diagnostic Equipment (TMDE), Precision Measurement Equipment Laboratory (PMEL), and Jet Engine Intermediate Mx (JEIM) Support. Equipment Mx functions such as Aerospace Ground Equipment (AGE), Armament, Fabrication, Crash & Recovery/Repair & Reclamation/Wheel & Tire Sections, Munitions Mx (AMMO), Metals Technology, and Structural Mx. Petroleum, Oil & Lubricant (POL) refueling and support operations. FLIGHT OPERATIONS SUPPORT F-15 Instructor Pilots/Instructor Weapons System Officers (IP/IWSO) current and qualified for flight duties (a minimum of two IPs and two IWSOs must be weapons officers), Flight Simulator Operators/Platform Instructors, Aircrew Flight Equipment (AFE), Squadron Aviation Resource Management (SARM), Wing Scheduler, Lead Squadron Scheduler, Functional Systems Administrator (FSA), Information Manager (IM). QUALITY OF SERVICE Quality of Management System (QMS) functions covering use of Technical Orders and Directives, Form Usage, Ensuring Training Needs are Met, Training Plans, Analyze for Process Improvement. QMS shall contain a Quality Control Plan (QCP), Inspection Schedules, Acceptable Quality Levels, Process for Corrective Action Plans, Quality Control Inspectors, Risk Management Plan. Quality Control Manager functions such as attending Performance Meetings, and request Quality Control Plan (QCP) adjustment. GOVERNMENT-FURNISHED PROPERTY, EQUIPMENT AND SERVICES USAF or RSAF will provide all tools, equipment, parts, materials, facilities and vehicles necessary to perform the requirements mentioned herein. The GFE provided includes use of a Tool Accountability System/TCMAX, Computers and hardware, and POL. Government Furnished Services will include utilities, telephone service for official business, refuse collection, real property Mx and repair to Government facilities, police/fire/medical, bioenvironmental, PMEL, postal and base distribution, and Local Area Network access. GENERAL INFORMATION Contractor employees must not be current Government employees, must read/write/speak English, and must be able to obtain required security clearance/restricted area badge. Duty will change depending on mission requirements. Overtime work does occur as needed. Contractor employees do plan and execute logistics support of temporary duty (TDY) operations several times a year, and will support contingency and exercise events. An international Letter of Agreement (LOA) establishes and controls the number of RSAF personnel to approximately 200. The follow-on LOA that will govern this supporting contract is not yet established. The current contract manpower composition is 109 personnel, based on an RSAF squadron size of 14 aircraft, with possible short-term surge up to 20 aircraft. INFORMATION AND INSTRUCTIONS: Respondents are requested to include the following information within their statement of capability packages. It is requested the capability packages not exceed 5 single-sided pages in length. a. Your Company's name, address, point of contact with email address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), and business size. Your company must be registered in System for Award Management (SAM) to be considered for any future award. To register, go to https://www.sam.gov. b. A Statement of Capabilities demonstrating the skills, experience, knowledge, and capabilities necessary to perform the work specified within the summary of requirements outlined above. c. Capabilities should also indicate proven plans/techniques to recruit personnel to meet these specific position type qualifications, and indicate successful experience to fill these specific position types. d. Please limit your relevant past performance to the past five years and include the Contract Number(s) or Customer/Company Name. e. Capability package responses shall be sent via email to 366cons.lgca1.services@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. f. The Government will accept information and responses past required due date. Meeting the deadline is obviously preferred and targeted. g. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This sources sought should not be construed as a commitment by the Government for any purpose. Any information submitted in response to this sources sought is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. All Government personnel reviewing submissions will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described in 41 USC 423. Questions on this notice shall be submitted via email to 366cons.lgca1.services@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/RSAFF15SGTRAINING(1)/listing.html)
 
Place of Performance
Address: Mountain Home AFB, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN04497840-W 20170507/170505234403-c663c2483de1fdeb07ba628cc7e426a7 (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.