|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 25,1998 PSA#2188Oc-Alc/Dir Of Contracting/Aircraft, 3001 Staff Dr Ste 2ag87a, Tinker
Air Force Base Ok 73145-3020 16 -- KC-135 AVIONICS MODIFICATION LINE SOL F34601-99-03700 DUE 112098
POC For copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional
information contact Brandi Shelden/Ladca/[405]739-4135 C/KC-135
Avionics Installation Modification Line. The C/KC-135 Management
Directorate (OC-ALC/LCPM) has a requirement to establish an aircraft
avionics modification line at a contractor facility. Initial aircraft
inputs will focus on Pacer CRAG (Compass, Radar, and GPS),
Low-Maintenance Battery, and Altitude Alerter installation, but the
modification line must be able to accomodate future avionics
modifications to the Pacer CRAG baseline. In establishing the
modification, OC-ALC/LCPM is interested in high efficiency, excellent
quality, experienced personnel, and strong and flexible management. For
purposes of cost evaluation, Pacer CRAG will be used as the baseline.
A TO/TCTO library will be available at OC-ALC. Point of contact for the
program is Capt Bill Patrick, (405) 736- 5843 or E-Mail
William.Patrick@tinker.af.mil The basic sequence of work tasks is as
follows: 1)Accept the aircraft and perform incoming inspections; 2)
Prepare the aircraft for modification; 3) Install Pacer CRAG, Battery,
and Altitude Alerter per TCTOs and data package; 4) Perform ops/ground
checks; 5) Complete necessary inspections required before FCF --
includes all non-pacer CRAG related aircraft discrepancies which affect
safety of flight or FCF effectiveness; 6) work discrepancies during FCF
process; and 7) prepare aircraft for delivery. Scope of Work: The
following minimum requirements are provided in order to inform
potential contractors of the required facilities and equipment
necessary to accomplish subject modification: 1. AIRFIELD REQUIREMENTS:
a. Runway: AFMCI 91-101 for C/KC-135 Aircraft b. Runway Lights: AFI
32-1044 and AFMCI 91-101 c. Runway Taxiway: AFI 32-1044 and AFMCI
91-101 d. Parking Ramps: AFMCI 91-101 e. Crash Vehicle/Fire Fighters
AFMCI 91-101 2. RAMP WORK POSITIONS: a. Pavement: Medium Load pavement
IAW 88-6. b. Ramp area: Ramp area utilized to accomplis outside work
requirements must meet the requirements of AFLCR 55-5 and AFM 86-4. 3.
ENVIRONMENTAL / STORAGE CAPABILITIES: a. Contractor shall be able to
control disposal of chemical waste to prevent environmental pollution.
b. Contractor shall have facilities for storage, service, charging,
and handling of nickel-cadmium and Sealed Lead Acid (SLAB) Batteries.
c. Contractor shall comply with DOD 4140.25 -- 450,000 fuel minimum
storage requirements. d. Storage of TCTO material shall be segragated
from material designated for other programs. e. Contractor shall
maintain a library facility and system to maintain and control current
military tech data, drawings, specifications, changes, etc. Contractor
shall establish a central library to maintain the latest configuration
of all TCTO drawings and make copies as necessary to support
installations. f. Contractor shall have capability for inside
receiving, storage, and issuing government property. This is not
limited to but will include the following: (1) Adequate storage and
control of -21 aircraft equipment. (2) Adequate receving and inspection
facility. (3) Adequate locator system. (4) Adequate secure storage. (5)
Adequate inventory control procedures. (6) Proper disposition of
excesses. 4) GENERAL REQUIREMENTS: a. Contractor shall be able to
accomplish rework, testing, and fault isolation of standard wiring on
aircraft. b. Contractor shall be able to adequately controll and
protect GFE special tools. c. Contractor shall be able to load maximum
fuel load, approximately 202,000 lbs. (See TO 1-1-3, TO
10-135(K)A-2-2, TO 00-25-172, and TO 1C-135-2-5-1.) d. Contractor shall
provide work sites with adequate facilities and equipment to accomplish
modification/maintenance specified in TCTO 1C- 135-1433 to include one
(1) dedicated aircraft hangar space per site. e. When authorized by
the ACO as over & above, Contractor shall accomplish any Safety/Urgent
TCTOs issued during the capture of an aircraft and report TCTO
compliance IAW appropriate government reporting systems. f. Contractor
shall be responsible for supporting functional check flights to
include preflight, post-flight, and preparation for ferry. Government
flight crews will perform the FCF. g. Contractor shall correct all
safety-of-flight discrepancies. Any discrepancies related to
installation of the above listed TCTOs shall be corrected as part of
the basic work package. h. Contractor shall conduct an incoming
inspection of all aircraft received for modification. This inspection
will include inspecting for loose or damaged equipment and foreign
object damage. At completion of installation, contractor will inspect
and clean all interior and exterior work areas (e.g., remove all
filings, chips, loose hardware, and debris; secure and close all doors,
access plates, and panels, etc.) Contract will be a Multiple year
Indefinite Delivery/Indefinite Quantity (ID/IQ). Period of Performance
will include a minimum 30 day phase-in with aircraft input from date
of award through 31 December 2002. We estimate 180 aircraft with a
guaranteed minimum of 50 and maximum of 220 aircraft. Contract will be
Firm-Fixed-Price. The Contract will be awarded through a Best Value
Streamline Source Selection in accordance with AFFARS Appendix "BB".
All responsible sources may submit a proposal which shall be considered
by the agency. Solicitation will be competed under Full and Open
Competition. Any resulting proposals shall be submitted in writing in
accordance with RFP criteria. Government point of contact for requests
for solicitation is Brandi Shelden at (405) 739-4135 or FAX (405)
739-4452. Draft RFP and Final RFP (without attachments) will be
available on the OC- ALC/LADC WEB Site at the following address:
http://www.tinker-contracting.com/pkbisos/LAD/LADC/LADC.htm Draft RFP
to be issued O/A 28 Sep 98 The approximate issue/response date will be
13 Oct 1998. No telephone requests. Only written or faxed requests
received directly from the requestor are acceptable. All responsible
sources solicited may submit a bid, proposal, or quotation which shall
be considered. See Note (s) See Note 26. Posted 09/23/98 (I-SN253507).
(0266) Loren Data Corp. http://www.ld.com (SYN# 0146 19980925\16-0004.SOL)
16 - Aircraft Components and Accessories Index Page
|
|