SOURCES SOUGHT
15 -- Request for Information to procure Airframe Depot level maintenance for US Navy and Marine C-9B/DC-9 Aircraft
- Notice Date
- 10/4/2004
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- 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
- Reference-Number-3017575927
- Response Due
- 10/12/2004
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE. The Naval Air Systems Command, Patuxent River, MD intends to procure airframe Depot level maintenance for the Navy and Marine C-9B/DC-9 aircraft. The purpose of this Request for Information (RFI) is to request statements of interest to support the procurement of Depot level maintenance for C-9B/DC-9 aircraft. Engine Depot is not anticipated to be included in this procurement. The DC9s are slated for retirement and will require only limited maintenance, such as drop-ins and field teams. The Government has a requirement to procure a base year plus 4 options. The Navy and Marines currently operate 17 C-9Bs and 4 DC9s worldwide. These aircraft are an ?off-the-shelf? version of the commercial DC-9 aircraft and differ slightly from the rest of commercial DC-9 fleet due to Navy unique modifications. Parts, material, Original Equipment Manufacturer (OEM) maintenance documentation, manuals, and necessary OEM engineering source data are commercially available. However, there may be the necessity to maintain a licensing agreement with the OEM. The prime contractor and subcontractors must be Aircraft Repair Station licensed by the Federal Aviation Administration (FAA) under Federal Aviation Regulations (FAR) Part 145 to participate in this effort. The primary performance objective is to provide the aircraft depot maintenance services necessary to meet the C-9B/DC-9 aircraft operational requirements. This also includes field team maintenance that occurs away from the Contractor?s designated depot facility, via Contractor Field Teams or Contractor selected Subcontractors and Vendors. The contract type will be a requirements type contract with no minimum or maximum ordering requirements due to the uncertain number and timing of aircraft retirements. The contract may or may not include modification work for planned upgrades. A draft solicitation will be posted on the NAVAIR website in the upcoming months; therefore, if you would like to be notified when the draft solicitation is posted please notify Jason Lev via e-mail at jason.lev@navy.mil. REQUESTS FOR INFORMATION/ STATEMENT OF CAPABILITIES: Interested parties are requested to submit a brief statement of interest/capabilities. The Government also desires to know if industry has a preference for type of contract: either a FAR Part 15 standard GOV type or FAR Part 12 Commercial type contract. Respondents are asked to indicate their rationale for any stated preference to assist the Government with making this decision. Responses are due no later than 12 October 2004 by 4:00PM Eastern Standard Time and should be forwarded via mail to Department of the Navy, Naval Air Systems Command, RADM William A. Moffett Building, Attn: Jason Lev, CODE: 2.4.3.1.1, 47123 Buse Road, Bldg, 2272, Patuxent River, MD 20670-1607 OR via email at jason.lev@navy.mil. Electronic responses are preferred. Submitted documentation, upon delivery, becomes the property of the U.S. Government. Submissions will not be returned. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR THE INFORMATION SOLICITED. Any questions regarding this announcement should be directed to Mr. Jason Lev at 301-757-5927 (voice)/301-757-5946 (fax)/AIR-2.4.3.1.1/jason.lev@navy.mil.***
- Place of Performance
- Address: TBD
- Record
- SN00688649-W 20041006/041004212023 (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 |