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