Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 12, 2001 PSA #2870
SOLICITATIONS

15 -- PROGRAM DEPOT MAINTENANCE OF C130S IN PACAF THEATRE

Notice Date
June 8, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, = WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street, Robins = AFB, GA, 31098-1611
ZIP Code
31098-1611
Solicitation Number
F09603-01-R30001
Response Due
October 11, 2001
Point of Contact
Wanda Hamrick, Contract Negotiator, Phone (478) 926-5238, Fax = (478) 926-7338, Email Wanda.Hamrick@robins.af.mil -- Miriam Jones, = Contract Specialist, Phone (912)926-7358, Fax (912)926-7338, Email = Miriam.Jones@robins.af.mil
Description
Requirement is for Programmed Deport Maintenance for the PACAF = Theatre for the C130. This will be a Basic Contract with nine (9) = option years. Work will be performed in the Pacific Theatre. There = will be approximately 8 planes dropped for maintenance each year. The = hangars where work will be performed shall be free of obstruction with = a minimum door height of 40 feet and door width of 140 feet. The = following items are required: (a)a wash rack; (b) an enclosed hangar = to accomplish complete depainting and painting of 2 aircraft each = month; (c) ramp space with tie down grids; (d) ramp and hangar = lighting, electricity, and compressed air; (e) runway with minimum = length of 5000 feet and width of 150 feet with lighting parallel to = runway; (f) a control tower with radio and airfield control facilities = available and staffed; (g) fuel and oil storage capability; (h) own or = have access to back shops with manufacturing capability; (i) have = access to c-130 peculiar ground handling equipment and tools; (j) = possess a battery facility capable of storage, servicing and handling = lead acid and nickel-cadmium batteries; (k) possess shot peening = equipment; (l) possess aircraft weighing facilities; (m) possess N1 and = C12 compass calibration/swing capability; (n) possess adequate covered = storage space for aircraft components, aircraft records and forms and = inside secured storage space of 20,000 sq.ft. ; (o) possess UHF radio = capable of communicating with c-130 aircraft; (p) possess sealant = mixing facility including machines and storage space and refrigerator; = (q) possess breathing oxygen storage and facilities to handle it; (r) = possess on-site office space to house 7 U.S. Government personnel with = approx. 1000 sq.ft; (s) shall have two qualified personnel to perform = ground engine run operation; (t) possess equipment and trained = personnel to perform complete aircraft alignment and symmetry checks = and wing joint; (u) shall possess nondestructive inspection capability = and shall have the capability to perform Bush-Lok, Force Mate, Force = Tec, and cold-working for general repair procedures; (v) an aircraft = engineer and (w) key management and technical personnel who are able to = fluently communicate, read, interpret and comprehend engineering and = technical data written in English. A Risk Assessment Workshop will be = held the week of 23 Jul 01 (approximate). A draft solicitation will be = available at http://fedbizopps.gov approximately 27 Jul 01. Electronic = procedures will be used for this solicitation. All responsible sources = solicited may submit a bid, proposal or quotation which shall be = considered. Interested persons may identify their interest and = capability to respond to the requirement or submit proposals. = However, all proposals received within 45 days after date of = publication of this synopsis will be considered by the government. The = Official Copy of the solicitation will not be provided on Compact Disk = (CD-ROM) or paper and can only be accessed on the WEB Site: = http://fedbizopps.gov All potential offerors should contact the buyer/PCO identified above = for additional information and/or to communicate concerns, if any, = concerning this acquisition. If your concerns are not satisfied by the = Contracting Officer, an Ombudsman has been appointed to hear serious = concerns that are not resolved through established channels. The = purpose of the Ombudsman has been appointed to hear serious concerns = that are not resolved through established channels. The purpose of the = ombudsman is not to diminish the authority of the program director or = contracting office, but to communicate serious contractor concerns, = issues, disagreements, and recommendations to the appropriate = government personnel. When requested, the Ombudsman will maintain = strict confidentiality as to the source of the concern. The Ombudsman = does not participate in the evaluation of proposals in the source = selection process. When appropriate, potential offerors may contact = Ombudsman James Grant, Chief, Contract Policy Division, at = 478-926-2604. Please be prepared to identify previous contacts made by = you in attempt to resolve your concerns. WR-ALC/Local CBD notes "B", and "F" will apply as well as CBD Note 9. Requirement is for Programmed Deport Maintenance for the PACAF Theatre = for the C130. This will be a Basic Contract with nine (9) option = years. Work will be performed in the Pacific Theatre. There will be = approximately 8 planes dropped for maintenance each year. The hangars = where work will be performed shall be free of obstruction with a = minimum door height of 40 feet and door width of 140 feet. The = following items are required: (a)a wash rack; (b) an enclosed hangar = to accomplish complete depainting and painting of 2 aircraft each = month; (c) ramp space with tie down grids; (d) ramp and hangar = lighting, electricity, and compressed air; (e) runway with minimum = length of 5000 feet and width of 150 feet with lighting parallel to = runway; (f) a control tower with radio and airfield control facilities = available and staffed; (g) fuel and oil storage capability; (h) own or = have access to back shops with manufacturing capability; (i) have = access to c-130 peculiar ground handling equipment and tools; (j) = possess a battery facility capable of storage, servicing and handling = lead acid and nickel-cadmium batteries; (k) possess shot peening = equipment; (l) possess aircraft weighing facilities; (m) possess N1 and = C12 compass calibration/swing capability; (n) possess adequate covered = storage space for aircraft components, aircraft records and forms and = inside secured storage space of 20,000 sq.ft. ; (o) possess UHF radio = capable of communicating with c-130 aircraft; (p) possess sealant = mixing facility including machines and storage space and refrigerator; = (q) possess breathing oxygen storage and facilities to handle it; (r) = possess on-site office space to house 7 U.S. Government personnel with = approx. 1000 sq.ft; (s) shall have two qualified personnel to perform = ground engine run operation; (t) possess equipment and trained = personnel to perform complete aircraft alignment and symmetry checks = and wing joint; (u) shall possess nondestructive inspection capability = and shall have the capability to perform Bush-Lok, Force Mate, Force = Tec, and cold-working for general repair procedures; (v) an aircraft = engineer and (w) key management and technical personnel who are able to = fluently communicate, read, interpret and comprehend engineering and = technical data written in English. A Risk Assessment Workshop will be = held the week of 23 Jul 01 (approximate). A draft solicitation will be = available at http://fedbizopps.gov approximately 27 Jul 01. Electronic = procedures will be used for this solicitation. All responsible sources = solicited may submit a bid, proposal or quotation which shall be = considered. Interested persons may identify their interest and = capability to respond to the requirement or submit proposals. = However, all proposals received within 45 days after date of = publication of this synopsis will be considered by the government. The = Official Copy of the solicitation will not be provided on Compact Disk = (CD-ROM) or paper and can only be accessed on the WEB Site: = http://fedbizopps.gov All potential offerors should contact the buyer/PCO identified above = for additional information and/or to communicate concerns, if any, = concerning this acquisition. If your concerns are not satisfied by the = Contracting Officer, an Ombudsman has been appointed to hear serious = concerns that are not resolved through established channels. The = purpose of the Ombudsman has been appointed to hear serious concerns = that are not resolved through established channels. The purpose of the = ombudsman is not to diminish the authority of the program director or = contracting office, but to communicate serious contractor concerns, = issues, disagreements, and recommendations to the appropriate = government personnel. When requested, the Ombudsman will maintain = strict confidentiality as to the source of the concern. The Ombudsman = does not participate in the evaluation of proposals in the source = selection process. When appropriate, potential offerors may contact = Ombudsman James Grant, Chief, Contract Policy Division, at = 478-926-2604. Please be prepared to identify previous contacts made by = you in attempt to resolve your concerns. WR-ALC/Local CBD notes "B", and "F" will apply as well as CBD Note 9. North American Industry Classification System Code (NAICS) 488190=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/WRALC/F09603-01-R30001/listing.htm= l)
Record
Loren Data Corp. 20010612/15SOL001.HTM (D-159 SN50O3Y8)

15 - Aircraft and Airframe Structural Components Index  |  Issue Index |
Created on June 9, 2001 by Loren Data Corp. -- info@ld.com