SOLICITATION NOTICE
J -- JDLM and Associated Services
- Notice Date
- 5/18/2010
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-10-R-410013Pre
- Point of Contact
- Ginger G Woodington, Phone: 252-334-5051
- E-Mail Address
-
ginger.g.woodington@uscg.mil
(ginger.g.woodington@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Presolicitation Notice: The United States Coast Guard (USCG) Aviation Logistics Center (ALC), Elizabeth City, NC intends to award a non-commercial requirements contract for Joint Depot Level Maintenance (JDLM) and Associated Services on United States Air Force (USAF) H60 aircraft at the ALC and in accordance with established Government manuals, drawings, directives, and instructions, most current editions. Work space, airframe-specific equipment and tools, technical data, parts and materials are to be Government-provided. However, no office space, non-airframe specific equipment and tools, or supplies will be provided. The location of work is the USCG Aviation Logistics Center (ALC) in Elizabeth City, NC. Onsite JDLM and Associated Services include but are not limited to the following: on-site maintenance, technical, and engineering support in the overhaul, repair, modification and servicing of USAF H60 aircraft; 308 frame replacements; 600-hour phase maintenance; 48-month refurbishment; structural upgrade; cabin upgrade; avionics fan modification; caution/advisory panel master warning panels and windshield wiper system; installation of improved durability gearbox with rotor brake; H-bar and FRIES bar; rescue hoist; auxiliary fuel tanks and harness; and associated work. Work will be ordered on an as-required basis through issuance of DD1155 Task Orders. Unit prices shall be firm fixed priced and shall include all costs for services in accordance with all contract requirements, including but not limited to fully-burdened labor, payroll and other taxes, fringes, licenses and permits, insurance, workforce productivity, non-airframe specific tools and equipment, coordination, transportation, field overhead, general and administrative overhead, and profit. Only those items specifically identified as Government-Furnished Property and Materials are not included. The solicitation will be issued in accordance with Federal Acquisition Regulation (FAR) FAR Part 15, Negotiated Contracts. The Request for Proposal (RFP) will be issued on or about May 26, 2010 via the Federal Business Opportunities (FedBizOpps) web site at http://www.fbo.gov. The RFP number is HSCG38-10-R-410013; hard copies of the RFP will not be issued. It is incumbent upon contractors to monitor the FedBizOpps site for RFP release and all subsequent amendments. This RFP will be issued on a small business set-aside basis. The North American Industrial Classification Code (NAICS) is 488190, which has a small business size standard of $7M annual revenue. This acquisition will include a one-year base period with four one-year pre-priced option periods. An Industry Day is scheduled for June 9, 2010. All interested parties should contact Mrs. Ginger Woodington, Contract Specialist, at Ginger.G.Woodington@uscg.mil NLT 7 calendar days from the date of this posting to obtain information regarding the Industry Day. A request for base access on company letterhead identifying attendees by name, date of visit, building number, and purpose of visit must be submitted at least 2 calendar days prior to the date of the Industry Day. All questions must be received within 5 calendar days following the Industry Day. The Government will not reimburse offerors for costs incurred in attending the Industry Day or in providing proposals. All interested businesses may submit a proposal, which will be considered by the USCG. The government will award a requirements contract with a base and four option years resulting from the RFP to the responsible offeror whose conformance to the RFP will be most advantageous to the government, price and other factors considered which will be identified in the RFP. Contract award is anticipated prior to August 16, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-R-410013Pre/listing.html)
- Place of Performance
- Address: USCG Aviation Logistics Center, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN02152598-W 20100520/100518234855-6a829ed560fa32881a932a1b865586fd (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 |