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