Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOURCES SOUGHT

J -- Sources Sought for C-26 CLS

Notice Date
4/26/2018
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for 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-R-0073
 
Point of Contact
Ronald A Hickman, Phone: (301) 342-9935
 
E-Mail Address
ronald.a.hickman@navy.mil
(ronald.a.hickman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
C-26 Sources Sought 25 April 2018 The Tactical Airlift Program Office, PMA207 at the Naval Air Systems Command (NAVAIR), Patuxent River, MD is conducting a Market Survey of Industry to determine potential interested Small Business sources that have the skills and experience required to successfully provide Contractor Logistics Support (CLS) for the C-26 platform. This Sources Sought is a Request for Information (RFI) for market survey purposes only to determine the small business capability to meet this requirement. This is not a solicitation for proposals and no contract shall be awarded from this announcement. The purpose of this announcement is for Market Research only and is in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued IAW FAR subpart 15.201(e). No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. Program Description: The C-26 aircraft is a Metroliner SA-227 Series manufactured by Fairchild Industries. It is a high-performance, fixed-wing, pressurized, twin-engine turboprop that accommodates a pilot, co-pilot, up to 19 passengers, or cargo. The aircraft provide on-call, rapid response cargo and passenger flights, and test and training range support. The C-26 aircraft program is in the sustainment phase and has been continuously maintained under a competitive CLS services contract since fleet introduction. The locations for services on the eight C-26 aircraft are : · Pacific Missile Range Facility (PMRF) Barking Sands, Hawaii - 1 (EC-26D) and 2 (RC-26D) · Naval Air Station (NAS) Sigonella, Italy - 2 (C-26D) · Naval Support Activity (NSA) Naples, Italy - 2 (C-26D) · NAS Patuxent River, MD- 1 (C-26A) NOTE: The C-26 CLS consists of maintenance and supply support in compliance with DCMA 8210.1 series oversight procedures and consists of the management and performance of the following services at Main Operating Base (MOB) sites : · Line maintenance · Global spares support · Engine, props, and aircraft inspections and repair · Aircraft modifications The C-26 are Federal Aviation Administration (FAA) type-certificated, commercial-derivative aircraft modified with Navy and Marine Corps required items, supported and maintained in accordance with 14 CFR, Original Equipment Manufacturers (OEM) maintenance plan, and Navy Instructions. Maintenance or repair may be accomplished by the MOB site maintainers; an OEM authorized Service Center, or a FAA-certified or European Aviation Safety Agency (EASA)/Certified Part 145 repair station. The prime contractor will need to establish working relationships with the OEMs to access data to fulfill the requirements and support the C-26 fleet for the airframe, engines, propellers, accessories, and systems. Responsible sources are encouraged to submit a capability statement that addresses their ability to perform the full range of CLS services described above at the platform level across ALL listed locations. The scope of the CLS services includes organizational and depot maintenance for aircraft, aircraft subsystems, support equipment, and related equipment at sites both inside and outside the continental United States. Interested contractors shall submit responses by email to Ron Hickman, at ronald.a.hickman@navy.mil. The capability statement package (no more than FIFTEEN single-sided 8.5 X 11 inch pages, font no smaller than 10 point) should demonstrate the ability to provide the requirement as listed above. One electronically submitted response shall be received no later than 2 PM EST on 21 May 2018 and reference: C-26 Sources Sought. Responses to this request may not be returned. All responses shall include: · Company name · Company a ddress · Company b usiness s ize as it relates to NAICS 488190 ($32.5M size standard) · Current s mall b usiness s tatus · Cage code · DUNS number · NAICS code(s) · Points-of-Contact (POC) including name, phone number, fax number, and email address Within your capability statement package, please include your answers to the following questions and use the attached Performance Work Statement as a guide. Responses shall be based on experience as a prime contractor. General 1. What experience does your company have in providing full service CLS that provided global support for eight aircraft at more than three sites both in the Continental United States (CONUS) and Outside Continental United States (OCONUS) ? 2. Does your company have experience with maintaining aircraft in accordance with 14 CFR FAA regulations? Provide details including contract numbers to demonstrate the experience claimed. 3. What is your company's core business? Line Maintenance 1. Describe your company's capabilities in performing line maintenance on Fairchild Metroliner or similar aircraft. 2. For any of the service described in the paragraph above performed OCONUS, provide the information below to include contract numbers to demonstrate the experience claimed: a. Complying with a Status of Forces Agreement (SOFA) b. H andling customs and clearance processes c. Handling export controlled items, specifically Packaging, Handling, Storage & Transportation (PHS&T) issues d. Managing personnel at overseas location e. Obtaining passports and visas 3. What relationships has your company had with DCMA? Provide the DCMA POC's name, email, and phone number. 4. Has your company provided contracted services that are in compliance with DFARS 252.228-7001 and DCMA INST 8210.1 series? Provide a contract number that shows compliance with the above. Depot Maintenance 1. How many PART 145 repair stations within the last two years have you used to provide depot level maintenance for Fairchild or similar type aircraft as it applies to: a. Engine b. Aircraft Condition Inspections c. Unscheduled maintenance d. Strip and Paint Supply Support 1. What capabilities do you have with providing supply support these aircraft? a. What capabilities do you have in partnering with suppliers across the world in order to obtain certified parts when an aircraft on-ground incident has occurred? Aircraft on the Ground (AOG) 1. What are the specific capabilities that your company has regarding Aircraft On Ground (AOG) support including the capability to deploy a maintenance team from the appropriate MOB or depot facility within 48 hours of the AOG in: a. CONUS? b. OCONUS? c. Scenario: The A/C is flying from Naples to Dusseldorf. The engine fails in flight and is required to conduct an emergency stop in Switzerland. How would your company address returning the aircraft to a safe for flight status? Sub-Contractor Management 1. The Prime Contractor is responsible for management of the entire maintenance and support effort, including subcontractor performance. a. What experience do you have as a prime contractor with managing subcontractors or executing teaming arrangements for work similar to the C-26? b. Provide a contract number. Describe your policies, processes, procedures and plans of action to manage subcontractors who fail to meet the Government's requirements or the terms and conditions of subcontract agreements. Do these procedures also apply to commercial vendors? Describe your policies, processes and procedures for analyzing subcontractor proposals for cost and price reasonableness and capability to meet the Government's requirements. 2. Provide the POC's name, email address, and phone number for these efforts. Classified material SHALL NOT be submitted. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. Any resulting contract is anticipated to have a security classification level of Secret for personnel and facilities clearances at time of contract award. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-R-0073/listing.html)
 
Place of Performance
Address: Pacific Missile Range Facility Barking Sands, Hawaii, Naval Air Station Sigonella, Italy, Naval Support Activity Naples, Italy, Naval Air Station Patuxent River, MD, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04901701-W 20180428/180426230721-a94e2e52de46fd1bf0e614ba5b3de6d1 (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.