Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17,1999 PSA#2477

Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302

J -- HELICOPTER MAINTENANCE KIRTLAND AFB, NM & FAIRCHILD AFB WA SOL F41689-99-R-0037-003 POC Jerry Strubbe, Contracting Officer, Phone 210-652-2122, Fax 210-652-7665, Email jerry. strubbe@randolph.af.mil -- Tim Hawkins, Contracting Officer, Phone 210-652-2122, Fax 210-652-7665, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F41689-99-R-0 037-003&LocID=467. E-MAIL: Jerry Strubbe, jerry. strubbe@randolph.af.mil. UH-1 AND HH-60 AIRCRAFT MAINTENANCE AT KIRTLAND AND FAIRCHILD AFB_s Organization: AETC Contracting Squadron, Randolph AFB, TX Format of Procurement: Uniform Contract Format Procurement Phase: Synopsis CBD Category: Category J -- Maintenance, Repair and Rebuilding of Equipment Last Update: Requirement. This acquisition is for non-personal services necessary to provide aircraft maintenance in support of the flight crew training mission of the 58th Special Operations Wing (SOW) at Kirtland Air Force Base (AFB), NM and an option to provide aircraft maintenance in support of the United States Air Force (USAF) Survival School support, medical evacuation and National Search and Rescue missions of the 336th Training Group (TRG) at Fairchild AFB, WA. The 58th SOW UH-1 and HH-60 maintenance services will be a direct conversion of approximately 1653 military personnel and 0 civilian positions per OMB Circular A-76. The UH-1 maintenance services at Fairchild AFB are currently being conducted under an Air Force Space Command contract, which expires at the end of FY 2002. This service will be added as a pre-priced additive option with performance starting in FY 2003. Services include aircraft on-equipment maintenance, on-equipment engine maintenance and limited support equipment maintenance on six (6) UH-1 and (10) HH-60 aircraft at Kirtland AFB and four (4) UH-1 aircraft at Fairchild AFB. The service provider shall maintain service, ground handle, launch, recover, inspect, and repair all unit assigned aircraft, engines, and associated mission support equipment in order to meet flying training, medical evacuation, search and rescue and aircrew/instructor qualification/currency requirements. In addition, the service provider shall also provide off-station aircraft recovery support for UH-1 and HH-60 aircraft at Kirtland AFB and UH-1 aircraft at Fairchild AFB. Furthermore, the service provider shall provide aircraft corrosion prevention, custodial services and perform minor facility upkeep on Government provided facilities the service provider and service provider employees occupy. The Government will provide off-equipment maintenance, on-equipment structural maintenance, and support equipment maintenance/calibration support for the UH-1 and HH-60 aircraft at Kirtland AFB and UH-1 aircraft at Fairchild AFB via both host units and Government depot-level maintenance. Air Force Material Command_s 377th Air Base Wing is the host unit at Kirtland AFB and the 58th SOW is a tenant. Air Mobility Command_s 92nd Air Refueling Wing is the host unit at Fairchild AFB and the 336th TRG is a tenant. Period of Performance. The mobilization period at Kirtland AFB is projected not sooner than 01 July 2000 _ 30 Sep 2000 and the basic period of performance for full operation and maintenance is scheduled not sooner than 01 Oct 2000 -- 30 Sep 2001. The optional mobilization period at Fairchild AFB is projected not sooner than 01 Sep 2002 _ 30 Sep 2002 and the first period of performance for full operation and maintenance at Fairchild AFB is scheduled not sooner than 01 Oct 2002 -- 30 Sep 2003. In addition to the basic period, the Government intends to include seven (7) 1-year option periods with an additional 6-month option to extend services beyond the contract period. It is the Government_s intention to award both requirements to ONE contractor. The Government intends to issue an unrestricted solicitation (Full and Open) solicitation; however, it reserves the right to make this a Small Business (SB) set-aside based on the interest and technical capabilities received from SB concerns. Under an unrestricted solicitation, large businesses will be required to submit a subcontracting plan with their proposal using electronic mail. All interested business concerns shall as early as possible indicate interest in this acquisition by providing the company name, mailing address, phone number, and electronic mail address to the contracting office. Finally, all prospective offerors, including small businesses, shall provide your last two fiscal years_ financial statements and any other information relative to FAR 9.104-1 to facilitate a preliminary responsibility determination. All responsible sources may submit a proposal which shall be considered by the agency. Small Business Set-Aside. The Government reserves the right to consider small or small disadvantaged business set aside based on responses to this notice. In order for the Government to make a SB set-aside determination, it is requested that SB concerns provide sufficient written information supporting their capability to perform. This information should as a minimum include (a) degree of experience in flight-line maintenance of the aforementioned helicopters (b) provide past corporate and Government contracts with references and points of contact. Provide this required information via electronic mail. For purposes of this acquisition, the Standard Industrial Code (SIC) is 4581. The business size standard is $5 million. Small, Historically Underutilized, and Women-owned businesses are encouraged to submit a proposal. The draft solicitation will be issued to industry on or about 4 Nov 99. Estimated solicitation release date is 14 Dec 99. Past performance due 6 Jan 00. Proposals due approximately 28 Jan 00. Personnel and facility will have a secret clearance. Perspective Offerors must have the financial backing to defray mobilization and operating cost for approximately sixty (60) to ninety (90) days. Internet and e-mail capabilities are a must! Central Contract Registration (CCR) mandatory. Point(s) of contact. Mr. Jerry Strubbe, Contracting Officer jerry.strubbe@randolph.af.mil (210) 652-2122, fax (210) 652-2304 Capt Cathy Blacklock cathy.blacklock@randolph.af.mil (210) 652-2011, fax (210) 652-2304 or Capt Tim Hawkins tim.hawkins@randolph.af.mil. (210) 652-2122, fax (210) 652-2304. An electronic response is the accepted method. Future information on this acquisition (Small Business Set-aside determination, draft Statement of Work (SOW), milestones, etc) will be located under the Large Dollar Business Opportunities Section of the AETC Homepage Website: http://www-contracting.aetc.af.mil. Electronic Posting System at http://www.eps.gov. It is the responsibility of the prospective offeror to check this site regularly for any changes. Posted 11/15/99 (D-SN400673). (0319)

Loren Data Corp. http://www.ld.com (SYN# 0035 19991117\J-0009.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page