Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
SOLICITATION NOTICE

J -- C-130 Maintenance & Repair Services

Notice Date
7/1/2024 12:47:08 AM
 
Notice Type
Presolicitation
 
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
N6264924R0029
 
Response Due
8/1/2024 12:00:00 AM
 
Archive Date
08/01/2025
 
Point of Contact
Sara Robinson, Jonathan Groeschel
 
E-Mail Address
sara.e.robinson19.civ@us.navy.mil, jonathan.j.groeschel.civ@us.navy.mil
(sara.e.robinson19.civ@us.navy.mil, jonathan.j.groeschel.civ@us.navy.mil)
 
Description
PRESOLICITATION NOTICE NAVSUP Fleet Logistics Center Yokosuka (FLCY) and Fleet Readiness Center Western Pacific (FRC WESTPAC), in support of NAVAIR's Program Manager Aviation (PMA) 207, intend to execute Rolling Admissions to the existing Multiple-Award Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract in accordance with FAR Part 15 procedures, to obtain Scheduled and Unscheduled Maintenance, Repair and Overhaul (MRO) services for U.S. Marine Corps KC-130J aircraft forward deployed to the Western Pacific region. The existing MAC awardees are MARSHALL OF CAMBRIDGE AEROSPACE LIMITED (CAGE K3784) (N62649-20-D-0014), and CASCADE AEROSPACE INC. subcontractor to CANADIAN COMMERCIAL CORPORATION (CAGE 98247) (N62649-20-D-0015). Work currently performed by MARSHALL is in Cambridge, United Kingdom, and work performed by CASCADE is in Abbotsford, Canada. Both contracts were awarded in response to Solicitation N62649-19-R-0167 as part of the Indefinite Delivery, Indefinite Quantity (IDIQ) MAC. The place of performance will be in facilities proposed by the Contractor that meet the requirements of the contract. The Period of Performance will align to the existing IDIQ MAC of January 2025 to July 2030. The applicable North American Industry Classification System (NAICS) for this requirement is 488190 with a Size Standard of $40 million. The corresponding Federal Supply Code (FSC) is J015. The solicitation shall be issued as a Request for Proposal (RFP) under full and open competition under the following solicitation number N62649-24-R-0029 in August 2024. Potential offerors are hereby notified that the solicitations and subsequent amendments to the solicitations will be made available through SAM.gov. This posting includes the following attachments: Draft Solicitation� Performance Work Statement Contract Administration Plan (CAP) Quality Assurance Surveillance Plan (QASP) Occupational Safety, Health and Environmental (OSHE) Provisions Drafting and Processing local manufacturing request (LMR)� Drafting and Processing temporary engineering instructions (TEI) PEMA Specifications Airfield Requirements�Facility Requirements Repairable Items�Support Equipment Required Government Furnished Property (GFP) List� A001 Technical Directives Requirements 10-Day Report C-130 A002 Technical Directives Report C-130 A003 TDC Kit Receipt and Report of Kit Discrepancy C-130 A004 Discrepant Part on Induction Report C-130 A005 Production Plan C-130 A006 Notification of Aircraft Delay C-130 A007 Scheduled Removal Cards A008 Situation Summary Report C-130 A009 Aircraft Condition Evaluation Report A010 Noted But Not Corrected (NBNC) Report C-130 A011 Weight and Balance Report C-130 A012 Maintenance History Summary (MHS) Report C-130 A013 Non-Destructive inspection (NDI) Report C-130 A014 Corrosion Inspection (CI) Report B001 AVDLR Tracker Report C-130 B002 Aircraft Awaiting Parts Report (AWP) C-130 B003 Final Material Consumption Report C-130 B004 Material Receipt Tracker Report C001 Meeting Minutes C-130 C002 Presentation Documentation C-130 D001 Phase-In Transition Plan C-130 D002 Transition Status Report C-130 D003 Transition Inventory Plan (Stand-Down) C-130 D004 Contractor Training Plan F001 Integrated Master Schedule (IMS) C-130 G001 Material Expense Report C-130 L001 Technical Data Inventory Listing
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2029bee2083e4a43b312e2c59e51505c/view)
 
Place of Performance
Address: Yokosuka, JPN
Country: JPN
 
Record
SN07113542-F 20240703/240701230107 (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.