Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2019 FBO #6288
SOLICITATION NOTICE

J -- Rotary Maintenance Contract Consolidation (Formerly FA6800-18-R-0005)

Notice Date
2/8/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
1940 Allbrook, Building 1, Room 111 WPAFB OH 45433
 
ZIP Code
45433
 
Solicitation Number
FA6800-19-R-A002
 
Response Due
3/26/2019
 
Point of Contact
Jamey L. Hartsel, Contracting Officer, Phone 3184562866, - Tiffany D. Carter, Specialized Contracts Manager, Phone 3184568983
 
E-Mail Address
jamey.hartsel@us.af.mil, tiffany.carter.6@us.af.mil
 
Small Business Set-Aside
Partial Small Business
 
Description
HELICOPTER MAINTENANCE CONTRACT CONSOLIDATION SOLICITATION (REQUEST FOR PROPOSALS) IMPORTANT NOTICE-DUE TO A CONTRACT WRITING SYSTEM CHANGE THE SOLICITATION NUMBER FOR THIS REQUIREMENT HAS CHANGED FROM FA6800-18-R-0005 TO FA6800-19-R-A002. THE SOLICITATION WILL BE RELEASED UNDER THE NEW NUMBER. Description: The 767th Specialized Contracting Flight at Barksdale Air Force Base, Louisiana intends to award multiple award contracts to consolidate helicopter maintenance acquisitions (with two competition pools-Small Business Set-Aside and Full and Open Competition). The contracts will provide support services to Andrews AFB, MD, F.E. Warren AFB, WY, Minot AFB, ND, Malmstrom AFB, MT, Fairchild AFB, WA, Yokota AB Japan, Kirtland AFB, NM, and other locations as needs arise. Below is an overview of the primary requirements of the acquisition. The following represents the primary requirements of the acquisition. (1) Perform "full spectrum", "turn key" maintenance operations, 24 hours a day, seven days a week (24/7) to include: organizational and intermediate level maintenance, repairs, scheduled and unscheduled maintenance, scheduled inspections, Time Compliance Technical Orders (TCTOs), Time Change Items (TCIs) and One Time Inspections (OTIs), Plans, Scheduling and Documentation (PS&D), and fleet management. (2) Launch, recover, inspect, maintain, and repair all unit assigned UH-1N, HH-60, and MH-139 helicopters and mission support equipment, in addition, provide Aircrew Services (pilots) for all unit assigned UH-1N, HH-60, MH-139 and V-22 rotary aircraft in order to meet the Air Force District of Washington (AFDW), Air Education and Training Command (AETC), Air Force Global Strike Command (AFGSC), and Pacific Air Forces (PACAF) missions and additional potential missions. (3) Provide maintenance support services to include, but not limited to: aircraft ground handling, launch and recovery, pre-flight/thru-flight/basic post flight, hourly post flight, periodic/phase inspections, quality control, assistance with aircraft crash recovery, medical evacuation, fire suppression support, other contingency, designed operational capability generation or emergency support, and off-station recovery support. (4) Maintain aircraft to include inspections, exercises, deployments, static displays, incentive flights, open house (air shows), search and rescue, spouse orientation day, and change of command ceremonies that involve aircraft and/or maintenance resources. (5) Perform weapons maintenance and munitions operations to include storing and supplying weapons munitions load/install, removal, build-up and delivery, inspections, exercises, deployments, search and rescue that involve aircraft and/or maintenance resources. A Firm-Fixed Price contract vehicle with both Firm-Fixed-Price Contract Line Item Numbers (CLINs) and Cost Reimbursement CLINs (travel, overtime and fuel) is contemplated. Additional contract types may also be included for flexibility. The applicable North American Industry Classification System (NAICS) Code is 488190 (Other Support Activities for Air Transportation) with a $32.5M small business size standard. Multiple awards are anticipated. Two competition pools (Small Business Set Aside and Full and Open Competition) with up to 5 contractors in each pool is planned. Contract performance is as follows: Contract Length 01 Oct 19-30 Sep 29 Ordering period 1 01 Oct 19-30 Sep 24 Ordering period 2 01 Oct 24-30 Sep 29 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/880488e49ae376784111b4e6c9261592)
 
Place of Performance
Address: AETC 36 RQS, 58 OG, 106 Taxiway J. Rd Fairchild AFB, WA 99011-9662 58 MXG, 58 SOW, 4279 Hangar Road, SE, Kirtland AFB, NM 87117-5861 AFGSC 40 HS, 582 HG, 7101 Flightline Drive, Malmstrom AFB, MT 59402-6837; 54 HS, 582 HG, 314 Flightline Dr, Minot AFB, ND 58705-5022; 37 HS, 90 OG, 7505 Saber Rd FE Warren AFB WY 82005-2686; PACAF 459 AS, Unit 5223, Bldg 700, Yokota AB Japan, APO AP 96328-5223 AFDW 1HS, 811OG, 1914 Arnold Ave, Andrews AFB, MD 20762-6319 Barksdale, LA
Zip Code: 71110
Country: US
 
Record
SN05216905-F 20190210/190208230017 (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.