Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2005 FBO #1147
SOURCES SOUGHT

15 -- N00019-05-R-0011 C9 Depot

Notice Date
1/14/2005
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-05-R-0011
 
Response Due
11/8/2004
 
Archive Date
3/2/2005
 
Description
?15.201, Exchanges with industry before receipt of proposals.? The Government intends to hold one on one sessions with industry for obtaining feedback in regard to the general requirements stated in theRFI that was released on 04 Oct 2004. THESE ONE ON ONE SESSIONS ARE NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR THE INFORMATION SOLICITED OR FOR ANY TRAVEL RELATED EXPENSES. Parties interested in attending One on One sessions should contact Mr. Jason Lev to schedule their One on One session with the Government. The sessions are scheduled for 45 minutes.. The meeting will commence at the location as follows: Frank Knox Building, 21866 Cedar Point Drive, Unit 2189, Patuxent River, MD 20670, Room 152. Scheduling dates are as follows: Nov 9, 1200-1600 and Nov 10 0700-1600. Topics of Interest to discuss are as follows: FAR Part 12 Commercial contract vs Part 15 Government type contract, Security for Presidentail C-9 aircraft, Combining site support with Depot Maintenance (see below), Government Property or support equipment needs, and any unique needs elated to Navy or Air Force depot actions. Air Force participation is not assured and the number of aircraft would range from three to seven. The Government attendees shall consist of the Procurring Contrating Officer, PMA Personnel, and Contract Specialist. Prior to the meeting please provide the point of contact for your cognizant Adminstraive Contracting Officer. The contract type is anticipated to be a Fixed Price Requirements Type with no minimum or maximum ordering requirements, for core depot inspections and will contain Time and Material line items for material and O&A labor, using fixed, fully burdened hourly rates. . The period of performance consists of one base year, with performance commencing approximately 29 July 2005, with four 12-month option periods, which if exercised by the Government, will extend the period of performance of the resultant contract through 28 July 2010. The North American Industry Classification System (NAICS) Code is 488190. This action is a follow-on to Contract N0019-99-D-0279, and the incumbent is Lockhead Martin Aircraft Center. In addition, the Government is interested in industry comments regarding the possible combining of the Depot Mainenance follow-on contract with the Site Support follow-on contract and engine depot contract. The site support/engine support shall commence in FY 07 through FY 10. The site support consists of 5 Naval Air Station sites; Atlanta, San Diego (to be closed prior to award of new contract), Norfolk, Whidbey Island, Willow Grove, and Cherry Point. It is the Government?s intention to release the solicitation, including any subsequent amendments, via the Internet in Microsoft Word format, with attachments to be provided in Microsoft Word, Microsoft Excel, PowerPoint, and Portable Document Format (PDF). A draft Statement of Work (SOW), SDLM, Draft Section B, and Induction Schedule will be released within a few days to provide further information. These documents shall be available on the NAVAIR Home Page cited below under solicitation number N00019-05-R-0011. Eventually, a complete solicitation and related documents will also be made available on the NAVAIR Home Page at a later date. Potential Offerors responding to this sources sought announcement will be notified via email when the solicitation is released. 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 DC9s are slated for retirement and will require only limited maintenance, such as drop-ins and field teams. 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 Contractors 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. Contact information is as follows: 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. 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.*** The www server may be accessed using client browsers such as NETSCAPE and Microsoft Internet Explorer. The www address or URL for the NAVAIR Home Page is http://www.navair.navy.mil/business/ecommerce/index.cfm. Under the title N00019-05-R-0011. Interested sources are requested to set up appointments for the one on ones no later than 08 Nov 2004 as well as any questions, comments or suggestions to the point-of-contact for this procurement to, Mr. Jason Lev at 301-757-5927 (voice)/301-757-5946 (fax)/AIR-2.4.3.1.1/jason.lev@navy.mil.*** Appointments shall be on a first come first service bases. All responses must include the following information: Company name; Company address; Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
 
Record
SN00735418-W 20050116/050114212244 (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.