Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,1999 PSA#2366

Commander, Naval Air Systems Command (Code 2.3), Patuxent Naval Air Station, Bldg 2272, Lexington Park, MD 20670

J -- C-12 LIFE CYCLE CONTRACTOR SUPPORT SOL N00019-R-1548 DUE 063099 POC Donna Guenther, Contract Specialist, 301-757-8979; Carole Romary, Contracting Officer, 301-757-8963 WEB: Click here to go to website, www.navair.navy.mil. E-MAIL: Click here to contact contract specialist via e-mail, guentherdl@navair.navy.mil. UPDATE TO N00019-99-R-1548: The Naval Air Systems Command will be issuing a DRAFT Solicitation N00019-99-R-1548 for Industry comment. IT IS NOTED THAT THIS IS A DRAFT SOLICITATION AND THAT NO FINAL DETERMINATION HAS BEEN MADE RELATIVE TO A SET ASIDE DETERMINATION. This draft solicitation is for total aircraft and maintenance life cycle contractor support (LCCS) for the Departments of the Navy and the Air Force C-12 aircraft fleet. The scope of the work includes operation of the on-site facility, engineering support, technical support, all phases of commercial maintenance, logistics support, including repair and modification of the aircraft and engine, spares (components) and parts, in addition to providing all required materials to support 112 aircraft. The contractor will be required to provide a contractor owned inventory of parts in sufficient quantities to meet performance requirements and mission capability rates, in addition to maintaining Government furnished material/equipment. It is anticipated that the Government inventory of C-12 parts currently being accumulated is to be converted to contractor ownership in exchange for credit consideration against the material CLIN. Additionally, provisions in the contract will require the Contractor to purchase the residual inventory of C-12 parts from current contractor at a reasonable market value. The Government is expected to maintain title to all engines and propellers and they will provided as Government furnished property. The anticipated performance period of the resultant contract is a one year base period with four-year options. Approval authority to permit a longer period of performance is being pursued and if approved the total performance period could be as many as 10 years (one base year with nine option years). The Navy is expected to issue a requirements contract with Firm Fixed Price (FFP) and Cost Reimbursable (CR) line items. The Air Force is expected to issue a Fixed Price contract with an Economic Price Adjustment Clause (EPA) and Cost Reimbursable line items. On or about June 11, the draft solicitation may be obtained at the following website: www.navair.navy.mil under "Business Opportunities". At this time, the Draft Solicitation will be comprised of Sections B C and J, Attachment 1 -- the Performance Work Statement and Annexes A and B, Appendix A-1 (Navy Aircraft Site Locations), A-2 (Air Force Aircraft and Beddown Base Locations), Appendix K (Aircraft Condition Inspection requirement), Exhibit A-1 (Contract Data Requirement List (CDRL)), Exhibits B-1 (Navy Baseline Support and Price Adjustment Matrix), Exhibit C (Navy Excess Flight Hour Capacity). Other sections will be released as they become available. Industry comments and recommendations are requested by close of business 30 June 1999 so that they may be evaluated and incorporated, as necessary, into the final solicitation. Industry is particularly encouraged to provide comments and recommendations regarding 1) positive incentives based on cost savings realized by reducing the annual C-12 operating costs and 2) recommendations for the consolidation or reduction in the CDRLs. A preproposal conference will be scheduled for the first part of July 1999 at the Naval Air Systems Command, Patuxent River Maryland. Written recommendations regarding this solicitation to Department of the Navy, Naval Air Systems Command (Air 2.4.3.1), Attn: C-12 Program, Building 441, Unit #7, Patuxent River, MD 20670-5449; or e-mail to guentherdl@navair.navy.mil; or fax to 301-757-9046. It is recommended that all attendees make advance attendance arrangements with the Program Office representative, Mr. James Hinebaugh, 301-757-8560, for obtaining any necessary clearances for admittance to the base. Posted 06/10/99 (W-SN341387). (0161)

Loren Data Corp. http://www.ld.com (SYN# 0041 19990614\J-0006.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page