Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2002 FBO #0336
SOLICITATION NOTICE

J -- Maintenance Support of Operational Flight Trainers

Notice Date
11/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130 or Support Procurement Building 79, 75, 79, 78, or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
DTCG38-03-R-S90006
 
Archive Date
1/17/2003
 
Point of Contact
Gus Holzmiller, Support Contracting Officer, Phone 252-335-6436, Fax 252-335-6840, - Gus Holzmiller, Support Contracting Officer, Phone 252-335-6436, Fax 252-335-6840,
 
E-Mail Address
gholzmiller@arsc.uscg.mil, gholzmiller@arsc.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The US Coast Guard Aircraft Repair & Supply Center in Elizabeth City, NC will conduct a pre-solicitation conference on 14 November 2002, at 0900 hours in the FTS Auditorium known as Bob?s Place at the USCG Aviation Training Center (ATC), 8501 Tanner Williams Road, Mobile, AL. The purpose of the conference will be to discuss the requirement outlined in Request For Proposal (RFP) DTCG38-03-R-S90006. The DRAFT RFP will be available on ARSC website http://www.uscg.mil/hq/arsc/index.htm. A Draft solicitation will also be available at the conference for review. The Request for Proposal incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC)#2001-09. This requirement is a 100 percent total small business set-aside. The NAICS code for this acquisition is 488190 with a small business size standard of $6 million. The proposed contract will be awarded utilizing best value source selection procedures and will consist of a one (1) year base period and four one year option periods for a maximum period of five years. The best value source selection criteria will consist of technical approach, experience, past performance and price. This requirement is for the Application Layer for Integrated Modification, Operation and Maintenance Support (IMOMS) of Operational Flight Trainers (OFTs) located at the United States Coast Guard (USCG) Aviation Training Center (ATC), Mobile, Alabama. ATC Mobile currently utilizes three OFTs, HU-25, HH-60 and HH-65, to cycle over 700 students through Aviator Transition, Re-Qualification, and Proficiency Courses annually. These training devices require maintenance, operation, and modification support that is outside the scope of a Contractor Operation and Maintenance Support (COMS) Contract. The request for proposals is being issued with the intent to award a Time and Materials Contract. The Contractor shall provide all necessary personnel to perform the tasks delineated in the SOW. As the only USCG site with OFT resources, daily OFT performance is critical for a steady pipeline of mission ready aviators necessary to meet USCG national security responsibilities. Hence, the Government requires experienced Site Personnel who are multi-disciplined and cross-trained to provide modification, operation and maintenance services on the training devices. The following key personnel are considered essential to the work being performed hereunder: Project Manager, Site Manager, Trainer Operators/Maintenance Personnel, Modification/Engineering Personnel, Subject Matter Experts. Resumes or Personnel Data Forms (PDFs) are required for key personnel. The Contractor shall be responsible for providing IMOMS of flight training systems. These efforts shall improve reliability and maintainability of FTS hardware and software, which shall reflect the functionality and dynamics of actual operational aircraft. The Contractor shall maintain the trainers in a fully operational status during contracted training time (CTT). When a trainer problem arises, all effort shall be placed on restoring the trainer to a fully operational status or partial mission capable (PMC) status until required equipment can be made fully operational. The Contractor shall provide all personnel and management required to support the following efforts: Mobilization, Operation, Maintenance, Modification, & Transition. The Statement of Work (SOW) can be viewed at http://www.uscg.mil/hq/arsc/index.htm. After award, the Contracting Officer must approve replacement or diverting of any of the key personnel at least thirty (30) days in advance of the action. Offerors shall estimate the total number of hours and hourly wage rates required per labor category and include it in their proposal. The hourly rates for each category shall be established in a Forward Pricing Agreement for billing purposes. This requirement is subject to the provisions of the Service Contract Act and a Department of Labor Wage Determination will be provided with the solicitation. Upon contract award, the MAXIMUM CONTRACT CEILING PRICE will be established for the base period and each of the option years. The full text of provisions/clauses referenced in the solicitation may be accessed electronically via Internet at http://www.deskbook.osd.mil. Parties interested in attending the conference should contact David Padgett at (252) 335-6514 or fax their interest advising company name and names of attendees. The Defense Priorities and Allocations System assigned rating is DO-A1. Estimated Issuance Date is 2 December 2002; Closing date/time for submission of proposals is 02 January 2003 at 2:00 p.m. local Eastern Standard Time. Submit to Aircraft Repair and Supply Center, Chief of Contracting Office Building 63, Elizabeth City, NC 27909-5001, Attn: David Padgett. Attention: Minority, Women-Owned and Disadvantaged Business Enterprises (DBES)! The Department of Transportation (DOT), Short-term Lending Program (STLP) offers working capital financing in the forms of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov. Current Point of Contact David Padgett, Supply System Analysis, Phone 252-335-6514, Fax 252-335-6840, Email DPadgett@arsc.uscg.mil - A.J. Holzmiller, Contracting Officer, (252) 335-6436 Fax 252-335-6840, Email GHolzmiller@arsc.uscg.mil
 
Place of Performance
Address: USCG Aviation Training Center (ATC) 8501 Tanner Williams Road Mobile AL
Zip Code: 36608-8322
 
Record
SN00197809-W 20021103/021102095056 (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.