Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2021 SAM #7124
SOLICITATION NOTICE

J -- USAFE F16 DEPOT

Notice Date
6/1/2021 1:40:03 PM
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8232 AFLCMC WWMK HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
FA823220R0002
 
Response Due
4/14/2020 1:00:00 PM
 
Archive Date
05/21/2022
 
Point of Contact
Johnny Billett, Phone: 8017771602, Eric Dumpert, Phone: 8017775964
 
E-Mail Address
johnny.billett@us.af.mil, eric.dumpert.1@us.af.mil
(johnny.billett@us.af.mil, eric.dumpert.1@us.af.mil)
 
Description
*****Protest filed. Corrective Action is ongoing***** *****Synopsis of Award***** Award Date: 27 February 2021 Contractor: Societe anonyme Belge de Constructions Aeronautique SA (SABCA) Contract Number: FA8232-21-D-0002 Estimated Ceiling: $365�million Questions should be directed to Lonnie Lujan�(Buyer) at lonnie.lujan@us.af.mil�or Nathan Lee�(PCO) at nathan.lee.3@us.af.mil. ***Question and Answer Set 8*** Question and Answer set 9 is posted. ***Question and Answer Set 8*** Question and Answer Set 8 is posted.� ***Question and Answer Set 7*** Question and Answer Set 7 is being posted today to correct an answer from Question and Asnwer Set 6 ***Amendment 4/5*** Please note that with amendment 4 below the actual amendment number is 5 (FA8232-20-R-0002 0005).� There was a system issue and amendment 4 will not be used.� A new pricing table is posting today 2 April 2020 to fix a couple of dates at the top of the columns. ***Amendment 4*** 31 March 2020 - Amendment 4 is posted.�See page 2 of amendment for changes. 5�attachments updated. Question/Answer set 6�is also included in this amendment, along with an update to the Pricing Table. There are several items of note:� First, many PWS references have changed at the CLIN level. However, no TCTOs have changed, so these changes are not anticipated to impact the pricing table. Second, four�new CLINs have been added.� The solicitation and pricing table have been updated accordingly. Third, we have changed Section L to address email only submissions, which are now anticipated�due to COVID-19.� Do not overlook this!�See part 4 of Section L. Note that�receipt date remains 14 April 2020.� No further extensions are anticipated.� ***Update*** Attached the Excel document of the Amendment 3 Pricing Sheet. ***Amendment 3*** 19 March 2020 - Amendment 3 is posted. See page 2 of amendment for changes. 6 attachments updated. Question/Answer set 5 is also included in this amendment, along with 2 Excel documents that accompany answers in Q/A set 5. Note that�receipt date remains 14 April 2020.� No further extensions are anticipated.� However, due to the Coronavirus (Covid-19) and travel issues, mailing the proposal is preferred. After mailing the proposal (preferably a week before the due date) please send the buyer (Johnny Billett) and PCO (Eric Dumpert) a copy of the tracking slip.� If the PCO has not received the proposal(s)� by Monday morning, April 13, then an amendment will be posted allowing for digital only submission (email).� Please note that a hard copy of the proposal is preferred and that we�expect to see some verification that an attempt to mail the proposal has taken place. ***Updates*** Question set 4 -�09�March 2020 ***Amendment 2*** 9 March 2020 - Amendment 2 posted.� See page 2 of amendment for changes.� 4 attachments updated.� Note that receipt date has been extended to 14 April 2020.� No further extensions are anticipated. ***Updates*** Question set 3 6 March 2020 See attachement for questions and answers Question Set 2 27 February 2020 See attachment for questions and answers ***Amendment 1*** The purpose of this amendment is to do the following: 1. Update the pricing table to correct errors, delete CLINs 0050 and 0081, and correct numbering on the pricing table to match the solicitation. 2. Update the solicitation to remove CLINs 0050 and 0081. 3. Correct the numbering on Attachment 5 USAFE Section M on page 5.� ""2.2.1"" was corrected to ""2.2.4."" 4. Fix numbering errors in the PWS table of contents. 5. Added Question/Answer Set 1.� 6. Added Depot Requirements Matrix. This is a tool that will aid you in organizing and building your solicitation. This is not a requirement in order to propose. It is strongly encouraged because it will aid the USG in evaluating, judging, and assessing the strength of your proposal. 7. Only the attachments that have changed are in this amendment. All other attachments and clauses still apply. ***AN EXTENSION HAS NOT BEEN GRANTED DUE TO THIS AMENDMENT. THE RESPONSE DATE OF 24 MARCH 2020 IS STILL IN EFFECT.*** Please find all supporting documentation below in the Attachments/Links section. End of amendment 1. ****This notice serves as the official solicitation.**** ****All proposals due 24 March 2020 by 2:00 PM MST. Please request an updated Technical Data Package if you are interested in proposing.**** �1. This is an advance notice that the F-16 System Program Office (SPO) plans to issue a solicitation and conduct a competitive source selection under Full and Open Competition for Depot Support Services on United States Air Forces in Europe (USAFE) F-16s and, as required, pre-block aircraft. No set-aside is contemplated but NAICS Code 488190 applies. A 5 year, Indefinite Delivery/Indefinite Quantity (IDIQ) ordering contract with a 5-year IDIQ option is contemplated to accommodate applicable annual Operation and Maintenance (O&M) appropriations. The anticipated period of ordering for the proposed contract is from 01 September 2020 through 31 August 2025 with a 5-year option from 01 September 2025 through 31 August 2030. �2. This requirement is for aircraft depot-level maintenance and repair at contractor-operated facility located within the competition circle (Attachment 1) primarily for F-16 aircraft allocated to the United States Air Forces in Europe (USAFE) Major Command (MAJCOM) and to support possible overflow requirements for all USAF F-16 aircraft.� Additionally, this contract will contain provisions to send Contractor Field Teams (CFT) to perform depot-level repairs on any F-16 aircraft in any location, excluding combat zones on an as needed basis. The scope of the workload includes core defined depot-level maintenance activities, predefined programmatic work, and unplanned drop-in maintenance. �3. Core defined work includes, but is not limited to, aircraft coating removal and painting, Non-Destructive Inspections (NDI), and Radar Absorbing Material (RAM) intake surface repair.� Programmed work will include major depot-level modifications and repairs, to include, but not limited to, longeron repair or replacement, major bulkhead repair or replacement, wing repair or replacement, and avionic modifications/upgrades.� Additional workload that is not predefined will be supported as drop-in maintenance or over-and-above type efforts. �4. Contract Ceiling amount is $365,000,000.00. �5. Closing date TBD. � �6. Foreign participation IS allowed 7. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. 8. Data packages will be released in accordance with US requirements.� Please submit your Cage code when responding with question(s) to this draft. � 9. Questions should be directed to Johnny Billett, telephone (801) 777-1602: email: johnny.billett@us.af.mil or Eric Dumpert, Procuring Contract Officer, telephone: (801) 777-5964, email: eric.dumpert.1@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/828fc539e8f745a4b5fc2260496127f0/view)
 
Record
SN06017616-F 20210603/210601230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.