SOURCES SOUGHT
15 -- Procurement of LCCS (Life Cycle Contract Services) for the Public Use C-12, /RC-12 turboprop and UC-35 jet aircraft, for the United States Army, United States Army Reserves (USAR) and the United States Army National Guard (USARNG).
- Notice Date
- 1/29/2008
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-FIXEDWING-LCCS
- Response Due
- 2/15/2008
- Archive Date
- 4/15/2008
- Point of Contact
- Kim.L.Gillies, 256-842-7500
- E-Mail Address
-
Email your questions to US Army Aviation and Missile Command (Aviation)
(kim.l.gillies@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis announcement/market survey for information only. This synopsis will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is NOT a solicitation for propos als, and NO contract shall be awarded based on the information received from this synopsis. No reimbursement shall be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Procu rement of LCCS (Life Cycle Contract Services) for the Public Use C-12, /RC-12 turboprop and UC-35 jet aircraft, for the United States Army, United States Army Reserves (USAR) and the United States Army National Guard (USARNG). The LCCS will be for approxi mately 190 aircraft consisting of 113 C-12, 49 RC-12, and 28 UC-35 aircraft located at 80+ sites worldwide. These aircraft support an Army wide mission with movement of essential cargo, personnel, and airborne reconnaissance while performing peacetime, co ntingency, and wartime operations from regional conflicts to global war. The critical mission role of these aircraft is the transportation of high level military/civilian command and staff personnel. During contingency and wartime operations, the C-12 a nd UC-35 aircraft contribute to intra-theater transportation requirements, mobilization and deployment operations. The RC-12 mission is a corps level technical airborne signal intelligence (SIGINT) collection/location system for non-communication (ELINT) and communication (COMINT) intercept real time reporting to the tactical commander. The Armys model C-12 aircraft fleet is similar to the Beech King Air model A200CT Super King Air (Normal Category) and the RC-12 D/H/K/N/P/Q series aircraft are a d erivative of the Beech Model A200CT Super King Air (Restricted Category), both operated under FAA Type Certificate A24CE. The RC-12 series aircraft is a Special Electronic Mission Aircraft (SEMA) powered by two Pratt and Whitney PT6A-41/67 turbo prop engi nes. There are two models of the UC-35 aircraft, manufactured by Cessna; the UC-35A Ultra and UC-35B Encore providing medium range transport for personnel and equipment. The UC-35 is powered by two Pratt and Whitney JT15D/PW 535 jet engines. Th e Armys current C-12/RC-12/UC-35 LCCS contract will expire on 31 Jan 2010. The current LCCS contract was awarded under a full and open competition. Anticipated Conditions: A transition period will begin at contract award and continue fo r 60 days. Full maintenance, servicing, and repair responsibility for the C-12, RC-12 and UC-35 aircraft will commence at the completion of the transition period (60 days after contract award). LCCS for the C-12, RC-12 and UC-35 aircraft must include both on and off site maintenance/ servicing/repair, depot repair, repair parts procurement, logistics support services and a full range of the minimum required maintenance tooling/test support equipment. Key performance parameters and considerations are safety of flight, aircraft readiness, and mission accomplishment. The following conditions will be required to insure these are met: (1) Aircraft (individually by airframe) are maintained at a contract specific minimum Missio n Capable (MC) rate. (2) Aircraft maintenance, servicing, repair, and modification comply with FAA , OEM, and AMCOM approved standards. (3) Consumables, repair parts, assemblies and kits shall comply with all applicable Federal Aviation Regulation (FAR), Original Equipment Manufacturer (OEM), and Army requirements. The Contractor shall adhere to FAA 14 CFR Part 43, and possess an FAA 14 CFR Part 145 Repair Station License to perform this effort. The Contractor shall utilize only F AA 14 CFR Part 43 and/or 145 certified repair station facilities for work subcontracted. Repair station FAA certifications shall cover all required services to conduct an Army derived Aircraft Condition Inspection (ACI), major repair/alteration, modification/elective improvement and component overhaul. This contract will contain Firm Fixed Price (for such as maintenance, repair, service and overhead) an d Cost Reimbursable (for such as crash damage, modifications) contract line items. These aircraft are commercial items or commercial derivatives. The Government expects significant competition from commercial sources. Expected contract award wil l be in November 2009. This will be a base year with possible nine (9) one year options. All contract personnel working at the designated Beddown Base sites and selected corporate positions must have and maintain a minimum DOD SECRET clearance. Additionally, the Contractor Corporation will be required to have and maintain a DOD facility clearance up to and including SECRET. This is a Sources Sought Synopsis announcement/market survey for information only. This synopsis will be used for pr eliminary planning purposes. No proposals are being requested or accepted with this synopsis. This is NOT a solicitation for proposals, and NO contract shall be awarded based on the information received from this synopsis. No reimbursement shall be made for any costs associated with providing information in response to this synopsis or any follow up information requests. All responses should be submitted in writing to kim.gillies@peoavn.army.mil or Department of the Army HQ, US ARMY AVIA TION AND MISSILE COMMAND Aviation Sys Acq Division Bldg 5309; Attn: AMSAM-AC-AR-C / Gillies REDSTONE ARSENAL, ALABAMA 35898-5280
- Place of Performance
- Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC-AR-C,/Gillies, Building 5309 Redstone Arsenal AL
- Zip Code: 35898-5280
- Country: US
- Zip Code: 35898-5280
- Record
- SN01495011-W 20080131/080129230340 (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 |