Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOURCES SOUGHT

J -- C-130 Planned Maintenance Interval (PMI) 1/2/3

Notice Date
11/1/2023 7:25:31 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-24-RFPREQ-APM207-0304
 
Response Due
11/16/2023 2:00:00 PM
 
Archive Date
12/01/2023
 
Point of Contact
Greg Webster, Shawn Campbell
 
E-Mail Address
gregory.j.webster8.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil
(gregory.j.webster8.civ@us.navy.mil, shawn.campbell.civ@us.navy.mil)
 
Description
1.����������� GENERAL This sources sought is being issued by the Naval Air Systems Command (NAVAIR), Patuxent River, MD. The Tactical Airlift Program office, PMA-207, is conducting a Market Survey of Industry to determine potential interested sources that have the skills and experience required to provide scheduled and unscheduled Maintenance, Repair and Overhaul (MRO) services for Department of the Navy C/KC-130J/T aircraft. For the purposes of this sources sought, ""C/KC-130 J/T"" refers to KC-130J, C-130J, C-130T, KC-130T- 30, and KC-130T aircraft. In addition, this market research tool is being used to identify potential and eligible firms of all sizes, prior to determining the method of acquisition and issuance of a solicitation. Responses will also be utilized by the Government in developing its acquisition/contracting strategy and Statement of Work/Performance Work Statement. The applicable North American Industry Classification System (NAICS) code is 488190 (Other Support Activities for Air Transportation). All interested contractors must be registered in the System for Award Management (SAM) government website at www.sam.gov to be eligible for award of Government contracts. This sources sought is being used as a market research tool pursuant to Federal Acquisition Regulation (FAR) Part 10 and only interested firms who believe they are capable of providing the services noted above and can meet these requirements are invited to respond to this notice. No reimbursement shall be made for any costs associated with providing information in response to this announcement or 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. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FORPREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. 2.����������� BACKGROUND Contractor C/KC-130J/T MRO Support will include the following: 1)����������� Depot Level Maintenance: Scheduled Planned Maintenance Interval (PMI) events 1, 2 and 3, performed under a scheduled maintenance program. Scheduled maintenance requirements provide for airframe, systems, and component inspection (through visual and Non-Destructive Inspection (NDI) methods), defect correction, preventative maintenance, and operational checkouts for 540 day and above scheduled maintenance intervals to include material condition inspections. The scheduled maintenance requirements for aircraft subject to this process are the minimum requirements, formulated and established to the depth required to ensure the reliability, operational availability, safe operation, and airworthiness of the aircraft for the duration of the established service period. The scheduled maintenance program will provide depot support throughout the service life of the aircraft. a.����������� PMI 1 includes an aircraft 540-day inspection, PMI 2 includes an aircraft 1080-day inspection.� PMI-3 includes Standard Depot Level Maintenance (formerly known as �PMI�).� Each event includes all inspections (primary and secondary) due at time of induction and all necessary repairs identified as a result of inspections. b.����������� PMI events (including secondary inspection and repair procedures) for C/KC-130J/T will be based on the latest NAVAIR Specifications. c.������������ The required aircraft throughput is up to 13 PMI 1 and 2 aircraft per year and 8 PMI 3 aircraft per year. d.����������� The Contractor shall be capable of supporting a nominal workload of two (2) aircraft in flow, with a surge capacity to six (6) aircraft in flow. e.� ��������� The Contractor should be capable of providing support equipment and special tooling associated with the inspection tasks, repairs, servicing operational checks and Functional Check Flights. f.������������ PMI 1,2 and 3 events will be performed at the contractor�s facility.� The Contractor will be responsible for providing support equipment and operational ground handling support for arrival, departure and maintenance of the aircraft. 2)����������� In-Service Repairs (ISR): Unscheduled maintenance requirements are those requirements (typically identified as Depot Level Maintenance) which cannot be directly related to a scheduled requirement described herein and which are discovered incidental to the scheduled inspection, or during squadron operational use. a.����������� ISR repairs are expected to be completed either concurrently with PMI events or as standalone actions. 3)����������� Customer Service: Customer Service requirements include but are not limited to conducting Squadron Organizational Level maintenance tasks when performed concurrent with PMI activities and when approved by the Government. 4)����������� Engineering Support: Engineering services necessary to support the requirements of the contract, including but not limited to submittal of repair procedures to be reviewed and approved by the Government. 5)����������� Logistics Support: Logistics services necessary to support the requirements of the contract, including but not limited to submission of timely supply data and material requisition requests necessary for completing aircraft maintenance requirements within an established Turn-Around Time. The Government will provide or directly fund procurement of material. 6)����������� Program Management Support: Program Management necessary to support the requirements of the contract, including annual Program Management Reviews (PMR), weekly production meetings, and Production Plans. 3.����������� SUBMISSION REQUIREMENTS AND RESPONSES Interested businesses shall submit responses by email to the contract specialist, Mr. Greg Webster (gregory.j.webster8.civ@us.navy.mil) and the Procuring Contracting Officer, Mr. Shawn Campbell (shawn.campbell.civ@us.navy.mil). The capability statement package should demonstrate the respondent's ability to provide the requirements as listed above. The capability statement shall be no more than FIFTEEN (15) single-sided 8.5 X 11 inch pages with font no smaller than 10 point. All responses shall include: the company name, the company address, the company's business size as it relates to NAICS 488190, current small business status, CAGE Code, the company's Unique Identity ID (UEI), NAICS code(s) and Points-of-Contact (POC) including name, phone number, fax number, and email address. Within your capability statement package, please include your answers to the following queries: (1)��������� Describe your company's capabilities in performing MRO services on C/KC-130J/T series or similar large, fixed-wing cargo aircraft. Indicate your company�s ability to perform some or all of the PMI events respectively (not partial events). (2)��������� Describe your company's capabilities in performing aircraft corrosion correction, including paint correction using NAVAIR painting standards. (3)��������� Describe past or current Government or commercial maintenance contracts for work on C/KC-130J/T aircraft or similar aircraft (both as prime and sub-contractor). Please include details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), facility attributes, owned tooling and equipment, workforce size and employed labor categories, etc. that demonstrate your ability to perform the work. In addition, include contract numbers, POC, phone number, and email address. (4)��������� Describe your company's ability to mobilize, manage, and finance a contract of this size. (5)��������� Describe your company's workforce skill sets performing similar or identical work. (6)��������� Describe your company's facilities, tooling, and equipment used to perform similar or identical work. Classified material SHALL NOT be submitted. All proprietary or corporate data received shall be clearly identified and will be protected from release to sources outside the Government. Any resulting contract is anticipated to have a security classification level of Secret at time of contract award for personnel and facilities clearances. One electronically submitted response shall be received no later than 5:00pm ET on 16 November 2023 and reference: C-130 Planned Maintenance Interval (PMI) 1/2/3 Sources Sought. Responses to this request may not be returned. The Government is under no obligation to consider information received after the required due date as part of the formal market research for this acquisition.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5b1f60c7a934018b2895dfe96ca6525/view)
 
Record
SN06873951-F 20231103/231101230100 (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.