Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
SOURCES SOUGHT

J -- Aircraft Heavy Maintenance Check

Notice Date
1/12/2021 6:52:04 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
U.S. MARSHALS SERVICE WASHINGTON DC 20404 USA
 
ZIP Code
20404
 
Solicitation Number
15M300-21-Q-A370-0016
 
Response Due
1/26/2021 9:00:00 AM
 
Archive Date
06/30/2021
 
Point of Contact
Arlene Dee Carlson, Phone: 2026644848
 
E-Mail Address
arlene.carlson@usdoj.gov
(arlene.carlson@usdoj.gov)
 
Description
The U.S. Marshals Service (USMS), Justice Prisoner and Alien Transportation System (JPATS), Oklahoma City, OK is seeking information from responsible sources and commercial agencies concerning a requirement for the accomplishment of �a Heavy Maintenance Check (1A, 2A, 1C, 2C & 4C) on a JPATS owned Boeing 737-400 aircraft.� These checks are detailed within a government owned MSG-3 Low Utilization Maintenance Program as derived from the Original Equipment Manufacturer (OEM) Maintenance Planning Document (MPD) and administered through CAMPS / Daniels. General requirements are as identified as follows: Boeing 737-4YO series aircraft; MSN 26073; Line Number 2375; Variable Number PM557, Registration Number N639CS, ACTT 62,367.1, ACTC 35,994.� The required induction date for this aircraft is July 20, 2021.� In additional to the Heavy Checks, Service Checks, Miscellaneous Task Cards, and several inspections associated with FAA mandated Airworthiness Directives and Boeing Service Bulletins are required.� The Government is interested in feedback and availability from the commercial market on this heavy maintenance requirement.� Interested maintenance providers must be a Title 14 CFR Part 145 Certificated Repair Station located within the contiguous United States and possess appropriate ratings for said type and category aircraft.� Vendors are asked to respond with documentation proofing they are a Title 14 CFR Part 145 Certificated Repair Station located within the contiguous United States and possess the appropriate ratings for said type and category aircraft and if they can support the required induction date of July 20, 2021.� Submitting information does not bind the Government for any future contracts resulting from this RFI/SSN.� The findings from this Market Research effort may impact future solicitations related to this requirement.� This RFI/SSN is not a solicitation, Request for Quote or a Request for Proposal as defined by FAR 2.101, and the Government is not requesting offers or proposals at this time.� Any responses to this RFI/SSN will not be accepted to form a binding contract.� This is a market survey for planning purposes and no award will be made as a result of this.� If a solicitation is issued, the Government does not guarantee that it will be issued to RFI/SSN respondents.� The Government may use the information provided to develop a comprehensive acquisition strategy and solicitation.� Responses shall not include proprietary information.� In addition to submitting your information / capabilities and/or feedback, please respond to the following questions: 1.� Is your firm registered in the System for Award Management (SAM)?� In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2.�� Based on the NAICS code 488190 � Other Support Activities for Air Transportation, with an associated Small Business Administration (SBA) size standard of $35 million, what is your business size, small or large? 3.� Within the past 3 years, have you provided similar services with commercial entities, federal, state or local governments?� If so, please describe the types of aircraft supported and the extent of the maintenance services provided.� An acquisition strategy is being developed and a contract may or may not result.� Market research is being conducted to determine the interest and capability of potential sources for this requirement.� Funding is not available for any information submitted. All information submitted in response to this announcement is voluntary, the government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing information provided to the government.�� If information or capabilities packages are not received from at least two capable small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capabilities packages and information submitted; this requirement may be solicited under an unrestricted basis.������ Capabilities packages, information and/or any feedback shall be submitted (via e-mail) to the POC listed below not later than 12:00 pm (noon) ET, January 26, 2021.�� Any questions concerning this announcement shall be in writing (e-mail) to the POC listed below.� No telephone calls will be accepted.� POC: Arlene Dee Carlson, Contracting Officer, USMS/JPATS, e-mail address:� arlene.carlson@usdoj.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2ff4fde1b0b34def9086732a343a098d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05890520-F 20210114/210112230112 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.