Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2008 FBO #2346
SOLICITATION NOTICE

J -- UH-1 AIRCRAFT MAINTENANCE

Notice Date
4/27/2008
 
Notice Type
Modification/Amendment
 
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, UNITED STATES
 
ZIP Code
78150-4302
 
Solicitation Number
FA3002-08-R-0010
 
Response Due
12/14/2007
 
Point of Contact
Barbara L Untiedt,, Phone: 210-652-6388, Andrew B Feutz,, Phone: 210-652-6487
 
E-Mail Address
barbara.untiedt@randolph.af.mil, andrew.feutz@randolph.af.mil
 
Description
THIS MODIFICATION IS TO CHANGE THE POINTS OF CONTACT ONLY. This acquisition will not utilize FAR part 12. This acquisition is for non-personal services necessary to provide aircraft maintenance support and equipment maintenance functions necessary to support the training mission of the United States Air Force (USAF) Survival School. At the Tacoma Command Post (TCP) at Cusick, WA, one aircraft will deploy for approximately six days per week. A service provider mechanic capable/certified to clear Red X discrepancies shall deploy to TCP following the launch of the helicopter from Fairchild AFB, and will return to Fairchild AFB after the helicopter departs from TCP at the end of the deployment cycle. In addition, the service provider is expected to support the following deployments: Tillamook water rescue twice a year; Vantage, WA for desert type rescue training, and the National Search and Rescue missions of the 336th Training Group at Fairchild AFB, WA. The service provider shall perform aircraft maintenance mission on four (4) UH-1N helicopters and all other functions in a professional manner and provide well-maintained aircraft and equipment for pilot and aircrew training needs. Service provider management shall establish a positive working relationship with Group and Host unit leadership and demonstrate an emphasis on quality of service. The service provider is expected to be a partner with the 36th RQF and all other Fairchild AFB communities in continuously improving the quality of programs and services offered to customers. The workforce shall be technically trained, professional, courteous, and focused on customer support. Flight line personnel shall prepare the aircraft before crew arrival, assist the aircrew during flight preparations, and be in place to recover, inspect, and service each aircraft before the next launch as required by the dash 6 Work Card inspection requirements. Training, safety and quality assurance programs shall ensure all maintenance is performed and documented in accordance with (IAW) Government directives and technical data. The service provider shall maintain, service, ground handle, launch, recover, inspect, and repair all unit assigned aircraft, engines, and associated mission support equipment in order to meet 36th RQF, medical evacuation, search and rescue and aircrew/instructor qualification/currency requirements. In addition, the service provider shall also provide off-station aircraft recovery and transient support for UH-1 helicopters. Furthermore, the service provider shall provide aircraft corrosion prevention, custodial services and perform minor facility upkeep on Government provided facilities the service provider and service provider employees occupy. The Government will provide off-equipment maintenance, on-equipment structural maintenance, and support equipment maintenance/calibration support for the UH-1 via host unit. The Government expressly reserves the right to incorporate additional maintenance support, including life support; maintenance of other MDS aircraft (i.e., TH-1H), on-equipment maintenance and off-equipment maintenance to support the missions of the 336th TRG. All interested vendors are requested to submit sufficient written information supporting their capability to perform the above requirement. This information should, at a minimum, include (a) degree of experience in flight-line maintenance of the aforementioned helicopters and (b) past corporate and Government contracts with references and points of contact. Personnel and facility must have a secret clearance. Prospective Offerors must have the financial backing to defray mobilization and operating cost for approximately sixty (60) to ninety (90) days. Internet and e-mail capabilities are a must! Period of Performance The mobilization period at Fairchild will be 2 - 30 Sep 2008 and the basic period of performance for full operation and maintenance will be 1 Oct 2008 - 30 Sep 2009. In addition to the basic period, the Government intends to include four (4) 1-year option periods with an additional 6-month option to extend services beyond the contract period. The Government intends to issue an unrestricted solicitation (Full and Open) solicitation; however, it reserves the right to make this a Small Business (SB) set-aside based on the interest and technical capabilities received from SB concerns. All interested business concerns shall indicate interest in this acquisition by providing the company name, mailing address, phone number, and electronic mail address to the contracting office by the due date stated in this notice. The government is under no obligation to consider information received after the due date as part of the formal market research for this acquisition. Small Business Set-Aside Determination The Government reserves the right to consider a small business set aside based on responses to this notice. In order for the Government to make a SB set-aside determination, it is requested that SB concerns provide sufficient written information supporting their capability to perform. This information should as a minimum include (a) degree of experience in flight-line maintenance of the aforementioned helicopters and (b) past corporate and Government contracts with references and points of contact. Provide this required information via electronic mail. For purposes of this acquisition, the North American Industry Classification System (NAICS) is 488190. The business size standard is $6.5 million. Small, Historically Underutilized (HUBZone), Small Disadvantaged, Service-disabled Veteran-owned and Women-owned businesses are encouraged to respond. Small Business Subcontracting Under an unrestricted solicitation, large businesses will be required to submit a small business subcontracting plan with their proposal. Large businesses are requested to provide estimates of the percentage of the total contract dollars they would expect to be able to subcontract to the following small business categories in response to this Request for Information. (Current Air Force goals are indicated in parens). If zero percent is indicated in your response, please provide a brief explanation of why no small business subcontracting opportunities are expected for this requirement overall or for a particular category. Total small business (23%) Small Disadvantaged Businesses (5%) Woman-owned small business (5%) Service-disabled Veteran-owned small business (3%) HUBZone small business (3%) Central Contract Registration (CCR) Mandatory at www.ccr.gov An electronic response is the accepted method. Future information on this acquisition (Small Business Set-aside determination, draft Performance Work Statement (PWS), etc) will be located on the Federal Business Opportunities website (www.fbo.gov) and can be found by typing FA3002-08-R-0010 in the ?Quick Search? box in the upper left-hand corner. Information contained in this synopsis is subject to change. It is the responsibility of the prospective offeror to check this site regularly for any changes.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=59e007f9c86eeadac9f998f0f20f7a97&tab=core&_cview=1)
 
Place of Performance
Address: Fairchild AFB, WA
Zip Code: 99011
 
Record
SN01561817-W 20080429/080427213126-59e007f9c86eeadac9f998f0f20f7a97 (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 |
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.