Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1995 PSA#1393

Wr-Alc/Lbk, 265 Ocmulgee Ct, Robins Air Force Base Ga 31098-1647

J -- PDM SOL F09603-95-R-13032 DUE 090695 POC For copy, WR-ALC/PKXOC include mfg code, For additional information contact Margie Tyner/Lbka/912-926-7354 This is notification of intent to issue a solicitation for acquisition of PDm for the C-130 Aircraft. Various Mission Design Series (MDS) will be covered. The principal MDS will be the C-130E and C-130H (S/Ns 73-1582 thru 82-0061). 2. PDM involves receiving/handling, strip/repaint, disassembly, comprehensive inspection, repair and modification, support for functional test flights and processing for delivery of the aircraft. Emphasis is on the primary airframe structure not accessible during field level maintenance. A particularly important aspect of PDM is corrosion control, including cleaning, corrosion removal, treatment repair/replacement of components and finishing. In addition, unscheduled aircraft will be input under Drop-In Maintenance (DIM) provisions. 3. A five-year, plus 120 day option, Firm Fixed Price contract is contemplated (FY97-FY01), Contract will contain provisions for Over-and-Above tasks. Direct parts and material required for aircraft repair will either be furnished through the government supply system of acquired by the contractor who will be reimbursed at cost. Projected quantities range from 10-55 PDM acft per year plus an estimated 12 DIM per year. The Best Estimated Quantity of acft per year as follows: 44, 42, 43, 41 and 36. 4. Standard flowtime, beginning with acft number 4 will be 100 calendar days. 5. Anticipated date of contract award is May 96. 6. The acquisition will be full and open competition with no restrictions on place of performance. Source Selection procedures pursuant to AFFARS Appendix BB are comtemplated. 7. Availability specifications, plans or drawings: It will be impracticable to distribute all applicable specifications with the solicitation; This data may be examined at WR-ALC/LBMB, Robins AFB Ga. (Point of contact is Cosma O'Bryan, 912-926-9886. 8. Minimum Essential Requirements include, but are not limited to, the following: a. Enclosed wash rack with the capacity to wash and rinse 9 acft per month. b. Environmentally controlled paint hangar with a minimum of 23,000 square feet. c. Hangar space to house 17 fully assembled C-130 acft. Minimum of 289,000 square feet is required. d. Ramp space to park and tie down 8 C- 130 acft. A minimum of 170,000 square feet required. e. Runway with a minimum length of 5,000 feet. f. Adequate storage space for GFM. back shops with manufacturing capability, fuel and oil storage capabilities, weighing facilities, heat treat facilities, fuel foam storage facility, breathing oxygen storage and handling facility, receiving/shipping dept staffed with personnel skilled in MILSTRIP requisitioning of GFM, and a purchasing purchasing dept. Additionally, two engineers with B. S. degrees in mechnical/aeronautical/aerospace engineering with at least five years experience to provide all engineering services required to support the work requirement. The above information is subject to change as requirements/procedures may change prior to solicitation. 9. A draft solicitation will be issued on or about 30 Sep 95 and a formal solicitation O/A Nov 95. Interested concerns should send a written request to WR-ALC/LBKA, Attn: Margie Tyner/265 Ocmulgee Court/Robins AFB Ga 3098-1647, Phone (912)926-7354, Fax (912)926-7338. All businesses requesting a copy of the solicitation will be provided one. PLEASE include your manufacturing code with your request. Fax: 912-926-7572 The approximate issue/response date will be 07 Aug 95. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. If your concerns are not satisfied by the contacting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the soource selection process. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve you concerns. (0200)

Loren Data Corp. http://www.ld.com (SYN# 0058 19950720\J-0026.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page