SOURCES SOUGHT
99 -- C20/C37 Contractor Logistics Support (CLS)
- Notice Date
- 1/10/2022 11:53:50 AM
- Notice Type
- Sources Sought
- Contracting Office
- FA8106 AFLCMC WLK TINKER AFB OK 73145-3303 USA
- ZIP Code
- 73145-3303
- Solicitation Number
- FA8106
- Response Due
- 2/10/2022 2:00:00 PM
- Archive Date
- 02/10/2026
- Point of Contact
- Jennifer Russ, Phone: 4057393831, Jennifer Russ, Phone: 4057393831
- E-Mail Address
-
jennifer.russ@us.af.mil, jennifer.russ@us.af.mil
(jennifer.russ@us.af.mil, jennifer.russ@us.af.mil)
- Description
- C-20/C-37 Contractor Logistics Support (CLS) Request for Information THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.�� This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force (USAF) to identify potential sources to perform C-20/C-37 Contractor Logistics Support (CLS).� This is not a Request for Proposal (RFP) or solicitation.� This request for information is being conducted to identify industry information from potential sources that may possess the expertise, capabilities, and experience to meet the requirements for C-20/C-37 CLS.� Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.� The government will not reimburse participants for any expenses associated with their participation in this survey. Any resultant contract would be considered a service contract where the Service Contract Labor Standard applies and would require the DFARs 252.223-7999, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009).� INSTRUCTIONS: The document below contains a description of the US Government C-20/C-37 aircraft CLS services requirement followed by requests for information related to the requirements. If, after reviewing this document, you desire to participate in the market research, you should provide documentation that supports your company�s answers to the requests for information.� Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged.� Questions relative to this market research should be addressed to requiring activity (see POCs below). The Government requests all responses to this RFI be provided by close of business 10 February 2022. � PURPOSE/DESCRIPTION The purpose of this announcement is for Market Research in accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10 and is issued IAW Federal Acquisition Regulation (FAR) subpart 15.201(e).� This is not a solicitation for proposals; no contract shall be awarded from this announcement. �No reimbursement shall be made for any costs associated with providing information in response to this announcement or for 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. The Air Force Life Cycle Management Center (AFLCMC) Commercial Derivative Aircraft Division, Tinker AFB OK, is seeking to specifically identify businesses under NAICS code 488190 and other firms that may be capable of providing all or portions of CLS services for the US Air Force (USAF), US Navy (USN), US Army (USA) and US Coast Guard (USCG) C-20 and C-37 aircraft. �The Government is seeking industry feedback on areas identified below to support development of the requirement and overall strategy for this potential contract. Program Description:� The C-20 and C-37 platforms are militarized versions of the Federal Aviation Administration (FAA) airworthiness-certificated Gulfstream aircraft.� The C-20 is a Gulfstream GIV, powered by twin Rolls Royce MK-611 TAY engines.� The C-37 is a Gulfstream GV and G550, powered by twin Rolls Royce BR-710 engines. �These aircraft are equipped with specialized mission communication stations as well as defensive systems.� The C-20 and C-37 missions are two-fold: (1) provide worldwide airlift support for senior military leaders and Government officials; (2) Marine C-20G aircraft, equipped with a cargo door, to primarily provide long range, medium airlift, logistics support. �In addition to these two primary missions, C-20 and C-37 fleets are subject to long- and short-term deployments.�� Projected fleet size: C-20 (2, GIV); C-37 (13 GV, 12 G550).� Note:� Fleet size and construct is subject to change. Estimated annual flying hours per aircraft:� C-20 (600-1100 hours); C-37 (460-845 hours) Current operating sites:� Joint Base Andrews (JBA), MD; Ramstein AB, GE; Hickam AFB, HI; Kaneohe Bay, HI; Ronald Reagan Washington National Airport (DCA) C-20/37 CLS support consists of the following services: Contractor Operated & Maintained Base Supply (COMBS) at each site Worldwide spares support capability Main Operating Base (MOB) support Aircraft Defense and Mission Communication System (MCS) field level maintenance Depot Level Maintenance (scheduled and unscheduled) Aircraft scheduled inspections (Computerized Maintenance Program - CMP) Drop-in maintenance/repair Engine/Auxiliary Power Unit (APU) overhaul/repair Landing gear overhaul/repair Aircraft painting Interior refurbishment Gulfstream qualified GIV, GV, & G550 Functional Check Flight (FCF) pilots Worldwide Contract Field Team (CFT)/Aircraft on Ground (AOG) support Deployment support:� supply support, launch/recovery and field level maintenance Aircraft modifications NOTE:� The Government does not own spare C-37 Rolls Royce BR-710 engines.� The Contractor will be required to provide a comprehensive engine support program consisting of scheduled/unscheduled shop visits, line replaceable parts repair/replacement (including accessories), lease engines, maintenance program service support, technical publications revisions service, line maintenance training, engine health monitoring, and spare engine availability during shop visits. Additional Program Information:� The C-20/C-37 fleets are maintained to FAA-approved maintenance standards.� All depot maintenance and repairable spares repair is performed at a Federal Aviation Regulation (FAR) Part 145 FAA-certified repair stations. The C-37 fleet is supported primarily by Contractor Furnished Property (CFP). The Government will furnish a small inventory of avionics and communication spares as well as a three spare APU and two landing gear to support the GV and G550 aircraft.� The C-20 fleet is supported primarily by Government Furnished Property (GFP).� The Contractor will be responsible to furnish spares and augment GFP as necessary to support both C-20 and C-37 fleets.� The Contractor will determine and maintain the spares inventory in order to meet mission capability requirements. NOTE:� The Contractor will not have supply or parts repair responsibility for the aircraft defense system or USAF C-37 MCS (all other military services are the contractor�s responsibility).� Contractors must establish working Original Equipment Manufacturer (OEM) relationships in order to access necessary fleet support data.� These relationships include establishing agreements allowing the Contractor to obtain approved data and technical support necessary to maintain the fleet airframe, engines, accessories and systems IAW FAA civil airworthiness standards. C-20/C-37 CLS Contractor Capability Survey Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company Name: Address: Point of Contact: CAGE Code: Telephone Number: Email Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: 488190 Based on the above NAICS Code, state whether your company is: Small Business����������������������������������������������������������������������� (Yes / No) Woman Owned Small Business�������������������������������������������� (Yes / No) Small Disadvantaged Business���������������������������������������������� (Yes / No) 8(a) Certified������������������������������������������������������������������������� (Yes / No) HUBZone Certified��������������������������������������������������������������� (Yes / No) Veteran Owned Small Business�������������������������������������������� (Yes / No) Service Disabled Veteran Small Business����������������������������� (Yes / No) Central Contractor Registration (CCR)��������������������������������� (Yes / No) Is your company domestically or foreign owned?� If foreign owned, please indicate the country of ownership. Request email response to this market research survey be sent to the following individuals no later than close of business 10 February 2022:� jennifer.russ@us.af.mil PART II.� Capability Survey Questions General Logistics Support:� This potential contract will require the CLS contractor to manage C-20/37 logistics support at multiple sites, both Continental United States (CONUS) and Outside Continental United States (OCONUS).� The contractor will be responsible for managing worldwide logistics support for this high visibility mission.� Identify and describe your company�s experience managing logistics requirements to include the following: High-tempo operations/logistics.� The operations tempo for Gulfstream military aircraft is considerably higher than their commercial counterparts. Security.� Obtaining and maintaining personnel clearances in accordance with DODI 5220.22 and 5220.22-M; developing/maintain Operations Security (OPSEC) program plans. Classified Information & Equipment. �Obtaining a COMSEC account to store/handle Controlled Cryptographic Items (CCI). Program Management.� Hiring/managing personnel capable of worldwide logistics, i.e. obtaining documentation necessary to travel as well as other requirements prescribed by the Department of State and DoD regulations. Field Level Maintenance:� This potential contract will require the CLS contractor to provide C-20/C-37 field level maintenance at CONUS and OCONUS operating sites. Identify and describe your company�s specific experience with regard to the following: Performing field level maintenance on Gulfstream GIV, GV, and G550 aircraft or similar airframes. Providing aircraft maintenance services at overseas locations.� Items unique to providing aircraft maintenance and supply services at an overseas location: Obtaining passports and visas Technical Expert Support Agreements (TESA) Working under a Status of Forces Agreement (SOFA) Expediting parts through the customs and clearance processes in foreign countries Handling export controlled items; specifically Packaging, Handling, Storage & Transportation (PHS&T) issues Identify and describe specific experience maintaining executive aircraft paint/exteriors to include field level paint touch-ups on Gulfstream or similar executive aircraft.� Depot Level Maintenance:� This potential contract will require the CLS contractor to provide scheduled and unscheduled depot level maintenance services such as aircraft CMP inspections, engine/APU/landing gear overhaul and repair, aircraft strip and paint, drop-in maintenance, and worldwide CFT support.� Contractors shall be required to gain Computerized Maintenance Program (CMP) access. CMP is the fleet configuration control program and all maintenance actions, serialized control tracked items, and information must be entered into the system to certify maintenance completion. In addition, the C-20/C-37 fleet potentially could project 10+ scheduled depot inductions per year with up to 5 aircraft inducted simultaneously.� There is also the potential for unscheduled depot drop-ins during this time period. Identify and describe your company�s capabilities and experience in providing depot level maintenance for Gulfstream GIV, GV, G550 or similar aircraft: Engines:� Rolls Royce MK-611 TAY and BR-710. APUs: �Honeywell model GTCP36-150(G) and Honeywell model RE220 Landing Gear Overhaul & Repair Aircraft CMP inspections. Drop-in/unscheduled maintenance. Paint:� Identify and describe your company�s specific experience in performing aircraft paint services; specifically note any experience in performing aircraft paint for Gulfstream or similar executive aircraft. Depot Capacity � Identify and describe your company�s capabilities and experience in maintenance manpower and hanger capacity to accomplish 10+ depots per year with the possibility of having up to 5 aircraft inducted simultaneously.� Describe your approach to meet this depot capacity requirement. Aircraft Interiors:� Identify and describe your company�s capabilities and experience in refurbishing custom, executive interiors for Gulfstream or similar executive aircraft. Service Bulletins (SB)/Aircraft Service Changes (ASC)/Airworthiness Directives (AD):� Identify and describe your company�s capabilities and experience performing SBs, ASCs, and/or ADs specific to Gulfstream aircraft.� Does your company have any limitations in performing Gulfstream SB/ASCs or FAA ADs? CMP � Identify and describe your company�s capabilities and experience in usage of CMP. COMBS/Supply Support:� This potential contract will require the CLS contractor to provide supply support at CONUS and OCONUS operating locations and determine the levels of spares needed at each site to meet performance standards.� It is critical to note the CLS contractor will be required to furnish almost all the spares and materials required to support the C-37 fleet.� Performance requirements by site/aircraft series are anticipated to be 90% Mission Capable (MC), 2% Non-Mission Capable (NMCS), and 3% Partial Mission Capable Supply (PMCS). Identify and specify your company�s experience in providing COMBS support. Considering the potential CLS contractor will be responsible to provide almost all C-37 spares at multiple CONUS and OCONUS sites, identify your company�s specific experience in furnishing spares inventories sufficient to meet worldwide mission requirements similar to C-37. Identify risks/issues with meeting a 2% NMCS and 3% PMCS at each site. Identify and describe your company�s specific capabilities to provide worldwide AOG parts support to include supply partners. Identify risks/issues associated with determining and furnishing the level of on-hand inventories at each site necessary to meet C-37 mission requirements. Identify risks/issues associated with standing up C-37 inventories at CONUS/OCONUS sites during a 60-90 day transition period. Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues will likely occur over the next five to seven years: Identify specific experience with DMSMS for Gulfstream GIV, GV, and G550 or similar airframes. Identify specific unique capabilities or business relationships with suppliers and OEMs to address DMSMS issues. Identify risks/issues associated with providing support and test equipment at the full CLS sites.� Contract Field Team (CFT):� This potential contract will require the CLS contractor to respond to AOG situations within a very short response time.� Identify and describe specific capabilities/experience regarding providing CONUS/OCONUS CFT support to include short-notice global efforts. Modifications:� This potential contract may require the CLS contractor to accomplish aircraft modifications for mission specific requirements.� Identify and describe specific experience performing aircraft modification on Gulfstream GIV, GV, and G550 aircraft as well as other, similar platforms. Small Business Capabilities: What requirements of this potential contract described above are best suited for small businesses? Detail specific past teaming arrangements, i.e. partnering, joint ventures, etc.� Identify ways the Government can enhance teaming arrangement opportunities. Describe and detail subcontracting opportunities, by function and percentage of contract value that are appropriate for small business concerns. Industry Specific Questions: Does your company have the means to attain the necessary licensing agreement with the required OEMs to perform GIV, GV, and G550 aircraft maintenance and overhaul? �Please describe your relationship with the applicable OEMs and how you plan to accomplish this work.� Does your company have current capability to access demand data for GIV, GV, and G550 aircraft parts?� If not, provide details explaining how your company will overcome the inability to access.� Does your company have current capability to access repair data for GIV, GV, and G550 aircraft and parts?� If not, provide details explaining how your company will overcome the inability to access.� Identify and describe risks you perceive on this potential contract for: Subcontract management Spares support/inventory Supply chain management Configuration management Program management Personnel training Engine support Aircraft maintenance planning Contract Phase in AOG support Drop-in maintenance DMSMS/obsolescence Gulfstream qualified GIV, GV, & G550 Functional Check Flight (FCF) pilots �Contract Specific Questions: Will you as the prime, as well as any service subcontractors, be willing to accept the clause at DFARs 252.223-7999, Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Deviation 2021-O0009)? Subscription Services:� This RFI seeks industry feedback on pricing/contracting strategies for Vendor Subscriptions Services requirements within the CLS contract�s potential scope.� The Contractor will be required to provide vendor commercial subscriptions services such as AFMatic, Honeywell Nav Database, AIRSHOW, Rolls Royce Aeromanager, Meggit Wheels and Brakes Manuals, Jeppesen Navigation Database services, AFIS subscription/usage, Global Data Center, Direct TV, Computerized Maintenance Program (CMP.net), and Sirius XM weather.� The Government would provide initial subscription quantities by Service/applicable aircraft tail numbers as part of the solicitation.� Does your company have the ability to establish contractual arrangements with vendors to provide the aforementioned subscriptions services?� If so, what is the average length of such arrangements? Does your company have the ability to propose discrete Firm Fixed-Prices (FFP) for each vendor subscriptions for up to 10 years?� If not, what would be the optimal period? What potential risk(s) to both your company and the Government does a FFP strategy present?� The purpose of this SSS is to identify the availability and adequacy of potential competitive sources for such an award. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION.� Contracting Office Address: 3001 Staff Drive, Post 1AD2 105A Tinker AFB, OK 73145 Primary Point of Contact: Jennifer Russ, Contracting Officer jennifer.russ@us.af.mil Phone: 4057393831 (email is the best way to get ahold of me) Please submit all responses to Jennifer Russ @ jennifer.russ@us.af.mil by COB 10 February 2022.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/85514c2e1b8644e2b7c76b452cae5b76/view)
- Record
- SN06213878-F 20220112/220110230101 (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 |