Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
MODIFICATION

15 -- Sources Sought for Operations, Maintenance and Logistics and Engineering Support for one U.S. Navy 707-300 Inflight Trainer Aircraft

Notice Date
12/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
481219 — Other Nonscheduled Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-18-1-707-300
 
Archive Date
1/6/2018
 
Point of Contact
CAPT Kevin L. Snode, Phone: 301-757-4204, LCDR David A. Schultz, Phone: (301) 995-4563
 
E-Mail Address
kevin.snode@navy.mil, david.a.schultz@navy.mil
(kevin.snode@navy.mil, david.a.schultz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Sources sought for operations, maintenance and logistics, and engineering support for one U.S. Navy 707-300 inflight trainer aircraft. 1.0 U.S. Navy Activity The Naval Air Systems Command (NAVAIR), Program Executive Officer for Air Anti-Submarine Warfare, Assault, and Special Mission Programs (PEO-A), Airborne Strategic Command, Control, and Communications Program Office (PMA-271) is seeking sources capable of providing operations, maintenance, logistics, and engineering support. In addition, the U.S. Navy will require initial pilot differences training that would include simulator and inflight training. The government would assume flight qualification and airworthiness certification after completion of differences training. This will be for one U.S. Navy government furnished 707-300 aircraft used as an inflight trainer aircraft. 2.0 LEGAL NOTICE This announcement constitutes a sources sought notice. This sources sought is issued as market research solely for information and planning purposes - it does not constitute a request for proposal (RFP) or a promise to issue an RFP in the future. This sources sought does not commit the government to award a contract as a result of this announcement. These requirements are subject to change and the information provided below is for informational purposes only. The final requirement will be defined under a formal RFP. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the government will not pay for any information or administrative costs incurred in response to this source sought notice. All costs associated with responding to this sources sought will be solely at the expense of the interested party. Not responding to this sources sought does not preclude participation in any future RFP, if issued. If a solicitation is released, it will be synopsized on the federal business opportunities (FBO) website. It is the responsibility of the potential offerors to monitor this website for additional information pertaining to this requirement. 3.0 Background The US Navy operates 16 E-6B aircraft. Currently there are no inflight trainer aircraft to train, qualify and maintain currency for the future and current Navy pilots. The Navy is seeking to provide this capability in order to improve training while reducing flight hours and cycles on the current fleet of E-6B aircraft. 4.0 Inflight trainer concept of flight operations and maintenance 4.1 Inflight trainer requirements NAVAIR is requesting information from interested parties that have the qualifications to provide operational support for a U.S. Navy 707 inflight trainer. The desired concept of operations is to provide "turnkey" operational support to the Navy in order to conduct training flights for Student Naval Aviators (SNA) and currency flights for squadron pilots. The desired operational support structure would be based on flying approximately 50-60 flight hours/200-240 landings per month based on a weekly flight schedule, providing support from 0600-2400 Monday through Friday (actual daily support times as required based on scheduled flights within that nominal window). Support would include pre- and post-flight execution and at least one 5.0 hour flight per day with approximately 3 flights per week and 10-12 flights per month. Support would also be required on a pre-coordinated basis for "Out and In" flights with 12 hours or more between takeoff and return to base; or pre-coordinated overnight /weekend (aircraft and aircrew remain overnight at airfield other than home field). In support of U.S. Navy SNA training and pilot proficiency flights, the contractor would provide initial differences training, ground school, simulator, and in-flight training to qualify 8-10 Navy instructor pilots for an initial cadre. Sustained support would include all simulator hours as required to maintain currency for instructor pilots as well as initial training for replacement Navy instructor pilots as required. Additionally, the contractor will provide sufficient qualified and current flight engineers to support the flight schedule to include standard preflight, inflight, and post-flight flight engineer duties. 4.2 Maintenance NAVAIR is requesting information from interested parties that have the qualifications to provide the maintenance and logistical support for a US Navy 707 inflight trainer aircraft equipped with P&W JT3D engines. The aircraft will be utilized as an inflight trainer for fleet replacement pilots as well as currency requirements and will be based within the Oklahoma City area (Tinker AFB or Will Rodgers World Airport). The contractor would maintain the Boeing 707 airframe and engines in compliance with applicable Maintenance Planning Documents. The contractor shall maintain the aircraft in accordance with FAA practices and provide "turnkey" operations for U.S. Navy flight crews. (Specifically 14 Code of Federal Regulations (CFR) Part 43). Maintenance will include all scheduled and unscheduled maintenance for the aircraft and engines as well as compliance with any current or future Airworthiness Directives. If deviations are required the contractor shall obtain via the proper channels. All maintenance and overhaul activates for this effort would be required to show compliance with a current Federal Aviation Administration (FAA) Type Certificate; all Airworthiness Directives, Advisories and Service Bulletins; Original Equipment Manufacturer's Service Bulletins; appropriate FAA Noise Compliance; and requirements for a NAVAIR 4.3 airworthiness flight clearance per NAVAIR Instruction 13034.1A. The contractor would be responsible for bringing the Government-furnished 707 aircraft into compliance with any applicable FAA airworthiness directives and inspections to include, but not limited to, incorporation of the FAA 2020 mandate for Automatic Dependent Surveillance - Broadcast Out (ADS-B Out) configuration. Additionally, the contractor should consider and include in the response, estimated rough order of magnitude required to upgrade the U.S. Navy 707 to the current avionics configuration of the E-6B and incorporate a dry-plug only aerial refueling capability to allow for improved training quality and aerial refueling training for SNAs and fleet pilots. 5.0 Eligibility The applicable NAICS code is 481219. The Product Service Code (PSC) is J015. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 6.0). 6.0 Requested Information 6.1 Interested parties must first submit a Letter of Intent (LOI) by 22 December 2017 with supporting documentation required to obtain authorization to receive Government Furnished Information (GFI) associated with this effort. GFI shall be provided to interested sources upon authorization. The LOI shall include the following information to verify credentials (do not submit classified information): 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include any existing licensing agreements with Original Equipment Manufacturers (OEMs) which may allow access to technical data required to fulfill the requirements. 2. CAGE code, DUNS Number, and mailing address. 3. Business size: Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8 (a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 4. POC information and mailing address to receive the GFI package. 5. POC to receive additional information or clarification. 6.2 After receipt of the GFI, NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with their capability/concept summary no later than 10 January 2018. The concept summary shall be written from a support solution perspective showing how the concept and development methodology could satisfy the following requirements: 1. Description of the proposed inflight trainer support solution. 2. Description of the required government furnished equipment/information. 3. A detailed list of anticipated end product physical and performance characteristics/ technical data. 4. How the proposed solution meets the support requirements stated in the GFI package 5. Options for life-cycle sustainment support utilizing existing commercial and/or Government Department of Defense (DOD) infrastructure. 6. Identify how depot level repair will be provided. 7. Rough Order of Magnitude ROM costs for implementation, recurring, emergent, and anticipated travel cost. 8. Rough Order of Magnitude (ROM) costs for aircraft configuration updates, modifications, logistics support (consumable and reparable), scheduled, unscheduled, operational level, and depot maintenance events. Cost estimate should include all requirements needed to maintain the aircraft as per the above estimated flight requirements. FAA best commercial practices and compliance with FAA airworthiness directives/requirements in order to satisfy NAVAIR airworthiness requirements should be considering when estimating pricing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-1-707-300/listing.html)
 
Place of Performance
Address: 29136 Bundy Road, BLDG 442, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04758600-W 20171208/171206231121-7bb0015b21a10a416cf871737a1e162c (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  © 1994-2020, Loren Data Corp.