Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 4,2000 PSA#2530

Department of the Air Force, Direct Reporting Units, 10 ABW/LGC, 8110 Industrial Drive, Suite 200, USAF Academy, CO, 80840-2315

99 -- AIRCRAFT MAINTENANCE AND TOWING SERVICE SOL F0561100R0006 POC Christine Dorcheus, Contract Specialist, Phone (719) 333 2735, Fax (719) 333 4707, Email Christine.Dorcheus@usafa.af.mil -- Sherry Pittinger, Contracting Officer, Phone (719) 333-4908, Fax (719) 333-4404, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=F0561100R0006 &LocID=479. E-MAIL: Christine Dorcheus, Christine.Dorcheus@usafa.af.mil. 17. This is a Firm, Fixed Price contract . As such, the contractor shall be required to provide all personnel, labor, equipment, tools, materials, parts, supervision, transportation, forms, survey completion (government or FAA), necessary paperwork requirements, documentation, justification, drawings, etc., to accomplish aircraft maintenance, equipment maintenance or repair and depot modifications on all aircraft or equipment maintained under the terms of the contract. Additionally, contractor shall provide Tow planes and qualified tow pilots, ground support equipment, testing (or test devices), scheduling of aircraft (to ensure inspections do not exceed manufacturers or government requirements), scheduling contractor personnel, provide computer data (and data input), software programs required to support this contract; including installation, or upload, removal, etc., as required for assigned aircraft; equipment accessories, and related items (chocks, tape, gust-locks, tie-downs, parts, accessories, tow ropes, etc.), or services necessary to perform aircraft or equipment maintenance requirements, maintain, and provide personnel to support flying hour requirements and deployments. TOW AIRCRAFT SPECIFICATIONS/REQUIREMENTS: Aircraft furnished by the contractor in connection with this contract shall meet or exceed, the following requirements: Aircraft used by the contractor shall be the same make and model. Each aircraft shall demonstrate the ability to climb at 250 feet per minute (FPM) with a Schweizer 2-33 (TG-4A) in tow at 10,000 feet density altitude and also have the ability to land at a short, rough field (without a glider in tow). Contractor shall also provide evidence they have the ability to provide approximately 15 -- 20 tows per hour. Higher climb rates are desired with a maximum rate of 450 FPM. Towing speed is not to exceed 70 mph. Aircraft shall be capable of performing Wave Tows to 14,000 feet MSL with a TG-9A. Aircraft shall have a fixed landing gear, a FAA approved tow hook, a type of towhook which precludes improper hook-up, a tow release which is easily accessible to the pilot (dash mount is preferable), an adequate rear view mirror, an inertial reel shoulder harness, an unobstructed sunroof and a VHF radio that shall transceive on 118.00 MHz to 136.975 MHz, in 0.25 MHz increments. Actual frequencies will be provided by the government. The contractor shall also accomplish all actions, repair, cosmetic replacement, or other necessary functions to perform maintenance, document actions, and keep operable all aircraft, equipment and facilities described in this contract, and maintain same to an extremely high standard of repair and appearance. The contractor shall be solely and personally responsible for procuring all data, subscriptions, software, documentation, and manufacturer's, government or FAA requirements, or publications, required in support of this contract, and completing all surveys, questionnaires, or other analysis requirements generated by the FAA, depot, or higher headquarters tasking. Additionally, the contractor shall be solely responsible for supporting deployments with personnel, parts, maintenance actions, and equipment; moving of aircraft into and out of hangars as required for mission requirements, deployment, weather conditions, end of day operations, or other functions. CHIEF INSPECTOR: The person listed as the Repair Station's Chief Inspector shall possess, at contract award, and maintain throughout the contract period, a valid FAA Inspection Authorization Certificate. A current copy of the IA certificate shall be provided to the government at the pre-award conference. MAINTENANCE PERSONNEL All aircraft mechanics shall possess a current FAA Airframe and Powerplant (A & P) certificate (or equivalent) and/or an Inspection Authorization (IA) certificate. Repairmen shall possess a current FAA Certificated Repairmen Certificate for the component or system they are listed on the Repair Station Certificate to maintain. This service is subject to the Service Contract Act. TheRFP and all associated documents will be posted approximately 24Jan00 on the Electronic Posting System (EPS) home page. NO SOLCITATION IS AVAILABLE AT THIS TIME. The Internet address is http://www.eps.gov and is then listed under EPS for Vendors and Direct Reporting Units. Offerors are encouraged to subscribe/register for this solicitation number through EPS to ensure they automatically receive all documents associated with the procurement in a timely manner. All associated documents will also be released electronically unless a written request is received from contractors justifying hard copies. No telephone requests will be accepted. Any resulting contract could potentially include a mobilization period, a basic year, and four one-year options. The projected Standard Industrial Classification is 4581 and the size standard is $5 million. The government intends to issue an unrestricted solicitation (Full and Open) solicitation. Closing date of this solicitation is 25Feb00. Point of contract: Christine Dorcheus (719) 333-3142 or e-mail to christine.dorcheus@usafa.af.mil SOLICITATION IS CURRENTLY ON HOLD UNTIL FURTHER NOTICE Posted 02/02/00 (D-SN421048). (0033)

Loren Data Corp. http://www.ld.com (SYN# 0294 20000204\99-0008.SOL)


99 - Miscellaneous Index Page