|
COMMERCE BUSINESS DAILY ISSUE OF MAY 14,1998 PSA#2095WR-ALC/LRK, 750 Third St, Robins Air Force Base, GA 31098-2122 J -- PROGRAMMED DEPOT MAINTENANCE -- U-2 AIRCRAFT POC Scott Mangum,
WR-ALC/LREA This is NOT a presolicictation notice pursuant to FAR Part
5, but is a MARKET SURVEY to identify sources with the capability to
perform Programmed Depot Maintenance for the USAF U-2S, U-2ST and NASA
ER-2 aircraft. The requirement may include from six (6) to eight (8)
aircraft PDM's per year. The U-2S, U-2ST and ER-2 are equipped with
General Electric F-118 Turbofan engines. The approximate dimensions of
the aircraft are: 63 ft long, 16 ft high, and 104 ft wing span. All
airframe components are Government Furnished Equipment. Government
facilities may be available to perform this work. Very limited
technical and engineering data may be provided. Extensive reverse
engineering of processes, tooling, and equipment may be required by the
Contractor. Contractor support includes, but is not limited to, the
full maintenance of the aircraft at Depot level. Contractor
qualifications include, but are not limited to, the following:
1.)Trained personnel, tooling, and equipment for the Depot maintenance
of the aircraft; 2.) Ability to provide both technical and engineering
support for the program; 3.) Ability to deploy both domestic and
overseas field teams to support both peacetime and wartime taskings
including crash damage repair; 4.) Contractor must possess, as a
minimum, a secret security clearance. A formal solicitation does not
exist at this time. This survey is to determine the availability of
potential sources pursuant to Federal Acquisition Regulation (FAR) Part
10 and does not constitute an Invitation for Bid or Request for
Proposal and is not to be construed as a commitment by the Government.
The Government will not reimburse contractors for any cost incurred
for their participation in this survey. This action is for the purpose
of determining interested sources who possess the Capability to
Provide Depot Level Maintenance. The extent of foreign participation
has not been determined, therefore the release of any further
information to foreign sources will be determined at time of request.
Contractors may submit a letter of interest to: WR-ALC/LREA, Scott
Mangrum, 750 Third Street, Bldg 350, Robins AFB GA 31098-2122. This
letter should contain Company brochures, literature, or any other
supporting documentation indicating the Contractors capability to
provide Depot level Maintenance. This letter shall also contain Company
name, Address, Point of Contact, CAGE Code, Phone Number, Size of
business pursuant to Standard Industrial Classification (SIC) Code 3721
(1,500 employees), and a statement of domestic or foreign ownership.
Foreign owned sources should indicate the country of ownership. Large
and small businesses are encouraged to participate in this survey. All
letters of interest must be received no later than twenty five (25)
days from the date of this publication. (0132) Loren Data Corp. http://www.ld.com (SYN# 0053 19980514\J-0013.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|