SOURCES SOUGHT
J -- KC/KDC-10 Contractor Logistics Support (CLS) Services
- Notice Date
- 1/6/2006
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- KC-10-KDC-10-CLS-Services
- Description
- THIS ANNOUNCEMENT IS SOURCES SOUGHT SYNOPSIS. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) OR AN INVITATION FOR BID (IFB), NOR IS IT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. THE INFORMATION IS SUBJECT TO CHANGE AS DETERMINED BY THE GOVERNMENT. THE REQUIREMENT IS FOR KC/KDC-10 CONTRACTOR LOGISTICS SUPPORT (CLS) SERVICES. The following information is provided to assist potential contractors who have the skills, experience and knowledge to successfully perform the required services. OC-ALC, Tinker AFB, OK intends to award one (1) contract to support the KC/KDC-10 fleet. Award is anticipated on or about 31 Jul 07. A full and open competition is contemplated. The North American Industrial Classification System (NAICS) code is 488190, size standard $6M. The U.S. Air Force through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to determine the existence of potential business sources interested in providing CLS services for the support for fifty-nine (59) KC-10A aircraft. The KC-l0A aircraft are powered by three General Electric (G.E.) CF6-50C2 engines. Eighty-eight percent of the FAA Type Certified KC-l0A systems are common to its cousin the DC-l0-30CF (Convertible Freighter). The twelve percent of the KC-10 systems that are not common with the DC-10-30CF include military avionics, centerline drogue; two wing mounted refueling pods (WARP) and an Aerial Refueling Boom (ARB), seated aerial refueling operators station, a Universal Aerial Refueling Receptacle (UARRSI), with Increased Accommodation Units (IAUs) installed. Thirty-two (32) KC-10 aircraft are assigned to McGuire AFB, NJ, and twenty-seven (27) are assigned to Travis AFB, CA. The KC-10A mission is to provide worldwide airlift and aerial refueling. Aircraft may be stationed at additional deployment bases and may be deployed for wartime contingencies. The acquisition includes a Foreign Military Sales (FMS) requirement to provide supply support for peculiar refueling systems for two (2) Royal Netherlands Air Force (RNLAF) KDC-10 aircraft stationed at Eindhoven AB, the Netherlands. The contract is anticipated to be a commercial FAR Part 12 Firm Fixed Price (FFP) type for CLS services in support of thirty-two (32) KC-10 aircraft stationed at McGuire AFB, NJ; twenty-seven (27) KC-10 aircraft stationed at Travis AFB, CA and two (2) KDC-10 aircraft at Eindhoven Royal Netherlands Air Base. The solicitation will address requirements in performance based terms IAW AFI 63-124. Major logistics elements will include, but are not limited to providing worldwide operations and logistics support with FAA certified parts and maintenance for the KC-10 fleet. This effort consists of four general categories of support as follows: (1) Logistics Integration and Support, (2) Engine Maintenance, (3) Aircraft Maintenance, (4) Modifications. Provide Intermediate and Depot Level Aircraft Maintenance tasks necessary to maintain the KC-l0 in a mission capable (MC) and airworthy condition. This shall be accomplished consistent with responsibilities assigned. These tasks include but are not limited to reliability/maintainability, aircraft/engine heavy maintenance, configuration management, supply support, warranty, material management, maintenance data collection, field service representation, drop-in maintenance/modification, engine/APU maintenance, support equipment maintenance, etc. The maintenance, parts, labor and depot facilities must be compliant with the Federal Aviation Administration (FAA) regulations and the U.S. Air Force requirements. Contractors must establish necessary working relationships with Original Equipment Manufactures (OEMs) in order to access necessary data to support the fleet. Air Force technicians will normally provide all organizational level maintenance for the KC-10 at home station and deployed. When a KC-10 is Non Mission Capable off station, the contractor shall provide world-wide commercial support to return the aircraft to a mission capable status. The commercial support may be in the form of supplying parts/support equipment or may require hands-on maintenance/troubleshooting. Provide a Contractor Operated and Maintained Base Supply (COMBS) at each Main Operating Base (MOB), manned and fully operational, twenty-four hours a day, and seven days a week. The contractor shall be capable of dispatching and maintaining a field team worldwide. The team composition must include FAA certified personnel to annotate in the aircraft maintenance forms the work that was completed and that the aircraft is airworthy. The anticipated period of performance includes a maximum 60 day phase-in/transition period, a two- year basic period with a minimum of 2 two-year options with a possibility of up to 3 one-year incentive options and provision for continuation of services extension up to 6 months. This brings the anticipated total contract period to 116 months. This is a follow-on effort to contract F34601-98-C-0125 that expires 30 Sep 07. Potential offerors are requested to express interest by sending an e-mail the contracting officer: Rhonda.Croft@tinker.af.mil. When expressing interest potential offerors are requested to provide the following information: company name, company address, CAGE code, size status, and POC name, title, address, telephone number, facsimile number, and e-mail address. Questions should be submitted to Rhonda Croft, Contracting Officer in writing (e-mail is preferred). Additional information concerning potential dates for industry day, issuance of Draft Request for Proposal (DRFP), pre-solicitation conference, issuance of formal RFP will be provided at a later date. Potential offerors are encouraged to register to receive notifications through Federal Business Opportunities.
- Place of Performance
- Address: See Description
- Record
- SN00962400-W 20060108/060106212127 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |