Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 12, 2024 SAM #8233
SOURCES SOUGHT

J -- AH-1Z & UH-1Y Aircraft Maintenance and Repair

Notice Date
6/10/2024 4:59:54 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
NAVSUP FLT LOG CTR YOKOSUKA FPO AP 96349-1500 USA
 
ZIP Code
96349-1500
 
Solicitation Number
N6264924R0050
 
Response Due
7/11/2024 11:00:00 PM
 
Archive Date
07/12/2025
 
Point of Contact
Jonathan Groeschel
 
E-Mail Address
jonathan.j.groeschel.civ@us.navy.mil
(jonathan.j.groeschel.civ@us.navy.mil)
 
Description
Sources Sought Notice�� AH-1Z & UH-1Y Aircraft Maintenance and Repair� Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC) are seeking interested contractors with AH-1Z & UH-1Y maintenance experience to provide Scheduled and Unscheduled Maintenance, Repair and Overhaul (MRO) services for United States Navy AH-1Z/UH-1Y aircraft forward deployed in the U.S. Indo-Pacific Command (USINDOPACOM) Area of Responsibility (AOR).� This Sources Sought should not be construed as a formal solicitation or an obligation on the part of the Government of the United States to acquire any parts or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. Any formal solicitation will be announced separately. The Government is only interested at this point in identifying interested and capable contractors for these services.��� The place of performance will be in U.S. Government (USG) facilities at Marine Corps Air Station (MCAS) Futenma, Okinawa, Japan.�� Contractor MRO support will include the following:� 1. Depot Level Maintenance: Depot Level Maintenance (also known as Heavy Maintenance) tasks/actions are those requiring major overhaul or complete rebuilding, remanufacturing, or modification of aircraft structures, parts, assemblies, and end items, including support equipment in accordance with the Integrated Maintenance Plan (IMP) Specification and other applicable maintenance manuals.� 2. Scheduled Maintenance � Planned Maintenance Interval (PMI) work under IMP. IMP requirements provide for airframe, systems, and component inspection through visual and Non-Destructive Inspection (NDI) methods, defect correction, preventative maintenance, operational checkouts and Technical Directive compliance.�� The IMP 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 IMP Program will provide depot support throughout the total service life of the aircraft.� PMI-D events for AH-1Z/UH-1Y will comply with the latest Naval Air Systems Command (NAVAIR) AH-1Z/UH-1Y IMP Specification.�� The anticipated total annual aircraft inductions are to be determined (TBD).� The contract type will be indefinite delivery/indefinite quantity (IDIQ) and will not guarantee either the quantity or frequency of aircraft inductions.� The Contractor shall be capable of supporting a nominal workload of one (1) aircraft in flow, with a surge capacity of three (3) aircraft in flow.� Aircraft inducted for PMI will be delivered by the USG.� 3. Unscheduled Maintenance: Unscheduled Maintenance are the tasks that are not related to a specific IMP Scheduled Maintenance requirement in NAVAIR AH-1Z/UH-1Y IMP Specification. Unscheduled Maintenance is further divided into 4 subcategories:� Over and above (O&A)�O&A tasks are repairs performed concurrent with a PMI event. Refer to the Defense Acquisition Regulation Supplement (DFARS) 252.217-7028 for a thorough description of Over and Above Work.�� In-Service Repairs (ISR)�ISR requests are for depot level repairs. ISR work can be issued for inducted and non-inducted aircraft. ISR work may require the Contractor to dispatch personnel as a contractor field service team (CFT) to perform aircraft repairs at remote locations.�� Customer Service Request (CSR)�CSR requests come from operational fleet or the AH-1Z/UH-1Y T/M/S program office for both inducted and non-inducted aircraft. CSR requirements include, but are not limited to Organizational and Intermediate level maintenances. CSR work may require the Contractor to dispatch personnel as a contractor field service team (CFT) to perform aircraft repairs at remote locations.� Depot-Level Technical Directives (TD)�TD (aircraft modification and bulletins) shall be accomplished either concurrently with PMI events or as standalone actions.� The Government will normally provide technical directive kits, special materials, and special support equipment required for completing modifications.� 4. Engineering Support: Engineering services, necessary to support the requirements of the contract, will include submittal of repair procedures for review and approval by the Government.� 5. Logistics Support: Logistics services necessary to support the requirements of the contract, including timely supply data and material requisition requests necessary for completing aircraft maintenance requirements within the established turnaround time (TAT). The government will directly provide all material. In some cases where the government cannot provide material, the USG may fund Contractor procurement of the material.� 6. Program Management Support: Program Management necessary to support the requirements of the contract, including annual Program Management Reviews (PMR), weekly production meetings, Production Plans that identify the critical path to PMI completion within the established turn-around-time (TAT).� Interested companies should respond to this notice by submitting the following information, along with any questions or comments, to the Contracting Officer (sara.e.robinson19.civ@us.navy.mil):� (1) Company name, point of contact, telephone numbers, e-mail address, company CAGE Code, and DUNS� (2) Approximate annual gross revenue for the past 5 years (if available)� (3) Description of the company's ability to mobilize, manage and finance a contract� (4) Description of Government or commercial contracts for work on identical Type/Model/Series (T/M/S) aircraft (as both prime and sub-contractor)� (5) If you do not have any past or current work on identical T/M/S aircraft, description of Government or commercial contracts for similar work (as either prime or sub-contractor)� (6) Description of your workforce skill-sets performing similar or identical T/M/S work� (7) Description of your facilities, including airfield descriptions, used to perform similar or identical work� (8) Provide estimate of your TAT for AH-1Z/UH-1Y PMI� (9) Provide details such as production volume, levels of maintenance performed (organizational, intermediate, or depot), facility attributes, owned tooling / equipment, workforce size and employed labor categories, etc. that demonstrate your ability to perform the work.� 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.� Please also note that FRC WESTPAC is considering an Industry Day in support of this requirement to be held at Naval Air Facility (NAF) Atsugi, Japan, on or about November 2024. Attendance is anticipated to be limited to only three representatives per firm. If the government decides to host an industry day, a separate announcement will be made in the future with additional information.� Contracting Office Address:�� PSC 473 Box 11� FPO, 96349-0011�� Japan�� Primary Point of Contact:�� Jonathan Groeschel Contracting Officer� jonathan.j.groeschel.civ@us.navy.mil Secondary Point of Contact:�� Seiji Yoshino,� Contract Specialist� seiji.yoshino.ln@us.navy.mil��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/62984d29507c454f9df01ae1e9d32e26/view)
 
Place of Performance
Address: Futenma, Okinawa, JPN
Country: JPN
 
Record
SN07092284-F 20240612/240610230119 (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.