Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOURCES SOUGHT

15 -- NASA-DRYDEN AIRBORNE SCIENCE DC-8 AIRCRAFT HEAVY MAINTENANCE D-CHECK

Notice Date
5/3/2002
 
Notice Type
Sources Sought
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
RFO4-02032-JEK
 
Response Due
5/21/2002
 
Point of Contact
Jim E. Kitahara, Contracting Officer, Phone (661) 276-5337, Fax (661) 276-2904, Email jim.kitahara@dfrc.nasa.gov
 
E-Mail Address
Email your questions to Jim E. Kitahara
(jim.kitahara@dfrc.nasa.gov)
 
Description
NASA/DFRC is hereby soliciting information for potential sources for the one-time performance of heavy maintenance on the NASA-Dryden Airborne Science DC-8 Aircraft. This DC-8, Tail No. N817NA, is a 72 series model powered by General Electric CFM-56-2 engines, currently operated by NASA-DFRC, and stationed at Edwards Air Force Base, CA. This aircraft is a unique national resource whose use for scientific research worldwide is scheduled several years in advance. The Government's schedule for this maintenance is very critical, and it is essential that the work be completed on time to avoid impacting scheduled scientific missions. The aircraft will be available for delivery by the Government to the contractor's facility on July 7, 2003. The aircraft must be completed and ready for retrieval by the Government not later than November 5, 2003. The maintenance shall consist of the major inspection process commonly termed a "D Check" by the commercial air carrier industry, Corrosion Prevention and Control Programs (1, 2, 3, and 6 year cycles), and what is commonly termed "over and above" inspections and repairs as necessary. Also included in this maintenance shall be the complete removal ("stripping") of all external paint and repainting of the aircraft to a NASA-specified paint scheme. This maintenance cycle shall NOT include any engine maintenance to be performed by the contractor. This contract shall include any and all labor and materials necessary to complete all inspections, repairs, stripping, cleaning, and painting, and return the aircraft to service in accordance with applicable FAA certification standards. Potential offerors should submit a capabilities statement that addresses the following as a minimum: ability to meet the Government's schedule; corporate and staff qualifications and ratings; staff training and experience with DC-8 heavy maintenance; availability of DC-8 special tools and fixtures; offeror's quality system and certifications; facility capabilities for stripping and painting, structural repairs, engineering, and fabrication; provisions for security of aircraft; onsite DER capabilities; availability of technical reference materials specific to the DC-8; onsite purchasing capabilities (including ability to obtain DC-8 parts & potential sources of parts). No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, woman-owned, veteran-owned, and/or service disabled veteran-owned business; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The NAICS Code is 336411 and the Size Standard is 1500 employees. Technical questions should be directed to: Mr. Edmund Hamlin at 661-276-3526. Procurement related questions should be directed to: Mr. Jim E. Kitahara at 661-276-5337. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Jim E. Kitahara -- Contracting Officer no later than May 21, 2002. In responding reference RFO4-02032. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24#101281)
 
Record
SN00071255-W 20020505/020503213409 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.