Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2003 FBO #0738
SOLICITATION NOTICE

J -- T-39 Contractor Logistics Support (CLS) Undergraduate Military Flight Officer (UMFO) Program and Strike Program T-2, Aircraft Intermediate Maintenance Department (AIMD), and Search and Rescue (SAR)

Notice Date
12/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-03-R-3151
 
Response Due
2/18/2004
 
Point of Contact
Fitzpatrick Morris, Contract Specialist, Phone 301-757-9076, Fax 301-757-8984, - Noelle Reimers, Contract Specialist, Phone 301-757-8984, Fax 301-757-9046,
 
E-Mail Address
Fitzpatrick.Morris@navy.mil, noelle.reimers@navy.mil
 
Description
The Naval Air Systems Command is planning the acquisition of two initially separate requirements. The first requirement is T-39 Undergraduate Military Flight Officer (UMFO) Training Contractor Logistics Support, and requires the contractor to support the UMFO radar training program through total Contractor Logistics Support (CLS) of Government-owned, T-39N and T-39G aircraft and associated equipment. Specific requirements include, but are not limited to: aircraft maintenance and logistics support of T-39N and T-39G aircraft, including the radar systems; repair and overhaul of airframe and aircraft subsystems including engines; maintenance/repair and logistics support of mission support equipment and peculiar support equipment and spares; and providing records maintenance and reporting for aircraft and associated systems. The primary place of performance is Naval Air Station (NAS) Pensacola, Florida where the Navy has its UMFO Radar Training system. The second requirement is (T-2), Aircraft Intermediate Maintenance Department (AIMD), and Search and Rescue (SAR) Program and requires the contractor to provide Organizational and Intermediate level aircraft maintenance for the T-2 aircraft and associated equipment used in the training of student naval aviators and undergraduate naval flight officers in order to meet the annual flying program. Organizational level maintenance includes, but is not limited to, flight line servicing, inspecting, lubricating, adjusting and replacing parts, minor assemblies and subassemblies. The current Aircraft Planning Data File will be provided when requested. The contractor shall perform all scheduled and unscheduled maintenance on T-2 aircraft, and UH-3H SAR Helicopters located at Naval Air Station NAS Pensacola, Florida and the HH-1N SAR Helicopters at NAS Meridian, Mississippi. The contractor shall maintain aircraft logbooks and records including all documentation associated with the Maintenance Data System. The contractor shall maintain SAR equipment, support equipment, the Individual Material Readiness List, Aviation Life Support Systems (ALSS) Equipment, and the Technical Publications Library. The AIMD services at NAS Pensacola will be for the T-2 aircraft, UH-3H SAR Helicopters, and support of support equipment, batteries, and ALSS equipment for the T-34, T-39, T-1A,T-6 and TH-57 aircraft, parachutes for the FA-18 and C-130, as well as support for transient aircraft and other reimbursable customers. AIMD services at Meridian, Mississippi will be for the HH-1N Helicopters as well as calibration services for the T-45 aircraft and support for ALSS, support equipment, and may include transient aircraft and other reimbursable customer support. AIMD services at NAS Corpus Christi, TX will be for the T-34, T-44, T-45, H-53, and TC-12 aircraft and support of support equipment, batteries and ALSS equipment as well as transient aircraft support and support of other reimbursable customers. The contractor shall provide intermediate level aircraft maintenance on these aircraft, engines, avionics, electrical equipment, support equipment and the related component overhaul and repair using approved maintenance procedures and test equipment to return components to Ready-for-Issue status utilizing government facilities and logistics. The Navy anticipates structuring the Request For Proposal (RFP) to allow for one (1) award for both requirements. The period of performance will cover a one-year base period and six, one-year options. A draft Performance Work Statement (PWS) and a draft section B of the proposed solicitation is available under the NAVAIR Electric Solicitation Website at http://www.navair.navy.mil/doing_business/open_solicitations/ under N00019-03-R-3151. Request for proposal will be available on the NAVAIR Electric Solicitation Web site on or about 5 Jan 2004 with proposals due back on or about 18 Feb 2004. Industry Day with Site Visit is planned for on or about 21 Jan 2004. Award is planned for on or about 2 August 2004, with a one-month phase in and performance start date of 1 Oct 2004. Please note that all prospective contractors must be registered in the Central Contractors Registration (CCR) data base Http://www.ccr.gov in order to participate in this procurement. THE GOVERNMENT WILL NOT ACCEPT ELECTRONIC OFFERS ONLY HARD COPIES. Proposals must be received no later than 4:00 PM, EST, 45 days after issuance of RFP.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVAIR/NAVAIRHQ/N00019-03-R-3151/listing.html)
 
Place of Performance
Address: Commander, Naval Air Systems Command, 21983 Bundy Rd, B-441, Patuxent River, MD
Zip Code: 20670-1547
Country: US
 
Record
SN00480654-F 20031205/031203213930 (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.