SOURCES SOUGHT
J -- Columbus Aircraft Maintenance Recompetition
- Notice Date
- 5/13/2004
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302
- ZIP Code
- 78150-4302
- Solicitation Number
- FA3002-04-R-0021
- Response Due
- 6/3/2004
- Point of Contact
- Linda Byerly, Contracting Officer, Phone 210-652-5188, Fax 210-652-3445,
- E-Mail Address
-
linda.byerly@randolph.af.mil
- Description
- General Information Document Type: Sources Sought Notice Solicitation Number: FA3002-04-R-0021 Posted Date: 13 May 04 Response Date: 03 Jun 04 Archive Date: Classification Code: J -- Maintenance, Repair & Rebuilding of Equipment Contracting Office Address Department of the Air Force, Air Education and Training Command, Specialized Contracting Squadron, 2021 First Street West, Randolph AFB, TX, 78150-4302. POC: Ms. Linda Byerly, AETC CONS/LGCK, email: linda.byerly@randolph.af.mil Description The Air Education and Training Command (AETC) Contracting Squadron is seeking information concerning the availability of capable contractors to provide aircraft maintenance services for trainer aircraft to support the Specialized Undergraduate Pilot Training (SUPT) mission for the 14th Flying Training Wing (FTW) at Columbus AFB, MS. This RFI is an attempt to locate businesses EXPERIENCED in aircraft maintenance services who express interest in performing this requirement. This RFI shall not be construed as a formal solicitation or an obligaion on the part of the Government to acquire any products or services. Any information provided to the Government is strictly voluntary and at no cost to the Government. A formal solicitation will be announced separately. The Air Force is only interested at this point in determining industry capability for the contemplated services. To this end, private sector industry is invited to submit experience, capability, and financial capability information demonstrating the capability to perform the requirements of the magnitude described below. Request responses be provided no later than 02 Jun 04. The following information is requested: (a) Company name, address, point of contact and their telephone number and e-mail address; (b) Identify any recent contracts you have performed for a similar requirement, including contract numbers, dollar value, scope of services, and points of contact and their current phone numbers and/or email addresses; (c) Degree of experience in flight-line maintenance of aircraft indentified in description; (d) Approximate annual gross revenue; (e) Any small business status (8(a), HUBZone, veteran-owned, women-owned, etc.); and (f) Any other information you feel would indicate your capability to mobilize, manage, and finance a large service contract such as this. Personnel and facility will have a secret clearance. Prospective Offerors must have the financial backing to defray mobilization and operating cost for approximately sixty (60) days to ninety (90) days. Internet and e-mail capabilities are a requirement. The planned NAICS (North American Industry Classification System) code is 488190, with a small business size standard of $6 million in annual gross receipts. Requirement (Note: The description herein is a summary of the required services and is not intended to be all-inclusive). The contract services maintenance of Specialized Undergraduate Pilot Training (SUPT) aircraft, engines, and associated support equipment at Columbus AFB MS. Specifically, the services include aircraft maintenance support (on- and off- equipment maintenance) for 209 (T-1, T-6, T-37 and T-38C) aircraft flying 93,000 hours and 64,000 sorties annually. (Note the T-37 will be phased out and replaced with the T-6 during this contract). These services also include flight-line support services, such as, but not limited to, aircraft ground handling, launch, recover, inspect, and repair all unit assigned aircraft, engines, and associated mission support equipment to include inputs into the Air Force?s management information systems (Core Automated Maintenance System (CAMS)). In addition, the service provider shall order all parts through the base supply or the Contractor Operated and Managed Base Supply (COMBS). Additionally, the services include off-station aircraft repair support for all Government T-1, T-6, T-37 and T-38 aircraft within the Columbus AFB area of responsibility. Also, the services include providing Transient Alert service for visiting aircraft at Columbus AFB MS. Services will include intermediate level J69 and J85 engine and aircraft maintenance (back-shop) maintenance. Including, but not limited to; engines, avionics, electrical-environmental, fuel systems, egress (aircraft ejection seat), hydraulics, aerospace ground equipment maintenance, and fabrication shops (plastic media blast, paint, sheet metal, machine, welding (aviation), Non Destructive Inspection (NDI) and chute (fabrication, repair, rigging, and packing of pilot life sustaining equipment). Support provided to other units includes J-85 intermediate engine maintenance, Regional Paint and Plastic Media Blasting (paint stripping), T-38 periodic inspections, and Precision Measurement Equipment Laboratory (PMEL). Specifically, engine support includes intermediate J-85 engine maintenance for 140 engines from Moody AFB and 22 from Patuxent River, NAS. The Regional Paint and Plastic Media Blasting (PMB) facilities support over 90 aircraft per year from Columbus, Vance, and Moody AFBs and Patuxent River NAS. Periodic (PE) inspection support for 8 Patuxent River NAS T-38 aircraft. In addition, the services include calibration and certification of avionics test equipment by operating the Precision Measurement Equipment Laboratory (PMEL), supporting locations in Mississippi, Tennessee, Kentucky, and Alabama. Support includes a Munitions Storage Area to receive, maintain, inspect, store, and account for all munitions needs to support Columbus AFB and other unit missions. Furthermore, all aircraft and equipment will be maintained in accordance with Air Force Instructions and within Air Education and Training Command standards. Also, the services include facility custodial services and perform minor facility upkeep on government provided facilities the contractor and contractor employees occupy. The proposed performance period will be a one-year Basic Period with six pre-priced one-year Option Periods, for a total of seven years. The proposed performance dates are Mobilization to begin 01 Sep 05, Transition to begin 01 Sep 05, Basic Period to run 01 Oct 05 through 30 Sep 06, with six option years following. The proposed contract type is Firm Fixed Price Incentive with Award Fee. Small Business (SB) Set-Aside Determination The Government reserves the right to decide whether or a not a SB set-aside is appropriate based on responses to this notice. In order for the Government to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to support their capability to perform these requirements. Point of Contact Ms. Linda Byerly, Contracting Officer, Phone 210-652-5188, Email linda.byerly@randolph.af.mil. Any additional information or updates will be posted at the www.fedbizopps.gov website. It is the responsibility of interested parties to check this site regularly for any changes or updates. Place of Performance Columbus AFB, MS Country United States of America
- Place of Performance
- Address: Columbus Air Force Base, Mississippi
- Record
- SN00585381-W 20040515/040513212009 (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 |