Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2010 FBO #3044
SOURCES SOUGHT

J -- T-39G/N Aircraft - Contractor Logistics Support - T-39 Contractor Logistics Support PWS

Notice Date
3/24/2010
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
20048-10
 
Point of Contact
Noelle D Reimers, Phone: 301-757-5231
 
E-Mail Address
noelle.reimers@navy.mil
(noelle.reimers@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 2, T-39 ACI Specification Attachment 1, T-39 CLS PWS THIS IS A SOURCES SOUGHT ANNOUNCEMENT THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the adequacy of potential business sources, especially small business sources, prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Any information submitted by respondents to this technical description is strictly voluntary. Responses in any form are not offers and the Government is under no obligation to issue a solicitation or award a contract as a result of this announcement. The requested information is to assist the United States Navy in conducting Market Research of industry to determine potential business sources who have the assets, skills, experience, qualifications and knowledge required to support the below requirement. This requirement is subject to change and the information provided below is for informational purposes only. The final requirement, if any, would be defined under a formal Request for Proposal which would be announced on FedBizOpps. The Naval Air Systems Command, Patuxent River, Maryland, Naval Undergraduate Flight Training Systems Program Office (PMA 273) is seeking firms capable of providing Organizational (O), Intermediate (I), and limited Depot (D) level maintenance/repair of the T-39G/N aircraft at NAS Pensacola, FL (NASP) and Depot overhaul of the T-39G/N aircraft and their engines. Currently there are 20 T-39G/N aircraft at NASP, however it is anticipated that during the course of this requirement aircraft drawdown and/or divestiture may occur. General performance requirements include maintaining and supporting the T-39G/N aircraft in accordance with best commercial practices, FAA Regulations, OEM Requirements, and Navy Unique requirements, and commercially procured and Government-owned parts and material will be used. Maintenance and support will include on and off-site support to include (CONUS) detachments and recovery of aircraft as necessary. T-39G/N models will be predominantly flown by Contractor-supplied pilots in flight profiles necessary to conduct Student Naval Flight Officer (SNFO) training as determined by the Chief of Naval Air Training (CNATRA). Depot level overhaul/repair and emergency repairs for the T-39G/N and respective engines (JT-12) will be performed. The applicable NAICS code for this requirement is 488190, Aircraft Maintenance and Repair Services (except factory conversion, factory overhaul, factory rebuilding). The Product Service Code (PSC) is J015 (Maint-rep of aircraft). It is requested that interested small and large businesses carefully review the two attached draft Statements of Work and submit to the contracting office a capabilities statement package (no more than 15 pages in length, single spaced, and 10 point font minimum). All responses shall include Company Name, Company Address, and Points of Contact including name, phone number, fax number, and email address. The capabilities statement shall demonstrate the company's ability to perform the services in the attached draft SOWs. The capabilities statement shall address, at a minimum, the following: 1. Prior/current corporate experience and performance of requirements of this type, size, and complexity of effort within the last 3 years. For each such experience referenced, please provide contract number, organization supported, indication of whether performance was as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the services described in the draft SOW. 2. Summary of the company's capability and approach to meet the requirements objectives of the draft SOW and perform a contract of this magnitude. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (a) airframe, system, and engine maintenance of U.S. civil aircraft comparable to the T-39, (b) Federal Aviation Administration regulations and guidelines for the maintenance, operation, and Depot level repair of comparable aircraft, (c) the Naval Aviation Maintenance Program (NAMP), and (d) logistics support of comparable aircraft. 3. Company profile to include major products/services, primary customer base, number of employees, annual revenue history, office location, Cage Code, statement regarding current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 488190 (i.e., small, small disadvantaged, service disabled, veteran owned, HUBZone, etc.), and statement on whether your interest in this Sources Sought is as a prime Offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. 4. Company's ability and intent to perform 50% of the work; and 5. Company's ability to begin performance thirty (30) days following a contract award. Capability statements shall be submitted by email and received by this office no later than 12:00 pm Eastern Standard Time (EST) on 8 April 2010 and reference Notice# 20048-10 on both the email and all enclosed documents. Emails shall be directed to Noelle Reimers, AIR-2.2.4.1.8, at noelle.reimers@navy.mil. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. This request is for informational purposes only. The Government does not intend, nor is under any obligation, to provide responses or comments on the requested capability statement package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/20048-10/listing.html)
 
Place of Performance
Address: NAS Pensacola, FL, United States
 
Record
SN02101049-W 20100326/100325011125-864ea7c130ce4b84156588f8d7a3032b (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.