Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2022 SAM #7505
SOLICITATION NOTICE

J -- C-5M SUPPLEMENTAL DEPOT CAPABILITY (SDC)

Notice Date
6/16/2022 10:44:49 AM
 
Notice Type
Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8525 AFLCMC WLSKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8525-22-R-0003
 
Response Due
7/25/2022 1:00:00 PM
 
Archive Date
09/25/2022
 
Point of Contact
Erica Martin, Aliscia Pitts
 
E-Mail Address
erica.martin.2@us.af.mil, aliscia.pitts@us.af.mil
(erica.martin.2@us.af.mil, aliscia.pitts@us.af.mil)
 
Description
Updated 16 June 2022 Administrative Amendment to the RFP The purpose of this Administrative Amendment is to supersede Attachment 11 (FPIF Application) PDF with Attachment 11 (FPIF Application) Excel and�Incorporate revised copy of Section L (Attachment 24) into Solicitation. Updated 27 May 2022 Amendment to the RFP The purpose of this Amendment is to add Attachments 13-1 and 13-2.� Attahment 13-1 is the updated Wage Determinations for the State of Ohio and the following Counties: Greene,�Miami & Montgomery.� Attachment 13-2 is the additional Wage Determinations for the following States & Counties: GA: Counties - Houston,�Peach & Pulaski; NY: Counties- Herkimer�& Oneida;� FL: Counties - Manatee-�& Sarasota. Updated 16 May 2022 The C-5 team is excited in the continued industry interest in our C-5�Supplemental Depot Capability (SDC) effort. As part of the solicitation,�industry was put on notice of potential additional Government Furnished�Equipment that may be available. Information was released via SAFE on 16 May�2022 to existing Contractor's with a DD Form 2345 on file. If you are an interested company, and are working towards putting a proposal�together for the C-5 SDC effort, but have not completed your DD Form 2345 to�gain access to the Bidder's Library for this effort, please see SAM.gov�posting dated 28 March 2022 for instructions to do so.� Questions related to the Request for Proposal (RFP) released on 3 May 2022�will be taken through 31 May 2022. If you have any questions regarding this�RFP, please submit questions by this deadline.� The RFP also mentioned a potential in-person visit to view potential GFP. In�lieu of scheduling an in-person visit, pictures have been released as part�of the bidder's library. If there are questions surrounding this additional�information, please submit questions in line with the above identified�deadline of 31 May 2022. *THIS IS A COMPETITIVE EFFORT* This Request For Proposal is issued with the intent to establish a five (5) year, single award, Indefinite Delivery, Indefinite Quantity (IDIQ) contract to provide Supplemental Depot Capability (SDC) for the C-5M. This requirement includes Programmed Depot Maintenance (PDM), Unscheduled Depot Level Maintenance (UDLM), repairs and modifications. This service provides a temporary depot capability to supplement work�performed by the Warner Robins Air Logistics Complex (WR-ALC) at Robins�AFB, GA as well as similar efforts conducted at C-5M stateside operating�locations. Under this effort the contractor shall be responsible for�Accomplishing Program Depot Maintenance (PDM), overfly inspections, and depot level modifications/repairs to the C-5M aircraft. While PDM provides the foundational framework for this effort, several�other efforts may be necessary as required by fleet management/scheduling, such as: Unscheduled Depot Level Maintenance Lavatory modifications required to meet modern commercial�standard Dorsal Complex (batman) repair and crack repairs Crown skins replacement Crack repairs to the inner and outer Pylon-Wing Interfaces (PWI) Other potential future C-5M inspections, heavy maintenance,�repairs, and modifications. The total requirement is for up to 16 total programmed (PDM) and/or unscheduled depot level maintenance (UDLM) events hereafter referred to as �PDM/UDLM services.�� The requirement will consist of one (1) Basic period of 36 months and two (2) annual options.� FAR Part 15 procedures will be utilized.� Proposals shall be in accordance with mandatory, explicit, and detailed�instructions contained in the RFP. The Government will utilize Trade-Off procedures, and will evaluate proposals and make award in accordance with Section M, ""Evaluation Basis for Award"" Attachment 25 of the RFP.� Electronic procedures will be used for this solicitation. A copy of the�Request For Proposal (RFP) and attachments can be retrieved from the following website: sam.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/929d735b78534d579f8c78b2a2549737/view)
 
Record
SN06360577-F 20220618/220616230115 (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.