Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2011 FBO #3331
SOURCES SOUGHT

69 -- C-17 Maintenance Training System (MTS) Sustainment

Notice Date
1/5/2011
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 2300 D Street, Wright-Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
SimC-17-MTS(2011-2)
 
Archive Date
2/3/2011
 
Point of Contact
Julia Taylor, Phone: 937-255-4393, Brittany M. Carter, Phone: 937-656-7148
 
E-Mail Address
julia.taylor@wpafb.af.mil, brittany.carter@wpafb.af.mil
(julia.taylor@wpafb.af.mil, brittany.carter@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCEMENT C-17 Maintenance Training System (MTS) Sustainment CAUTION : This market survey is being conducted to identify potential sources that may possess the expertise, capabilities and experience to meet the requirements to sustain the C-17 Maintenance Training System (MTS) for up to one year. The level of security clearance is secret. Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with participation in this survey. INSTRUCTIONS : 1. Below is a short description of the C-17 MTS Sustainment requirement, a request for your business information, and a Contractor Capability Survey which allows you to provide your company's capabilities. 2. If you desire to participate in this research, you should provide documentation that supports your company's capabilities in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. 3. Questions relative to this survey should be addressed to Julia Taylor at (937) 255-4393. PURPOSE/DESCRIPTION : The requirements for this market research are for the contractor to provide the logistics support activities (e.g. manpower, spares, etc.) necessary to manage, maintain, and support the C-17 Maintenance Training Devices (hardware and software) to ensure the operational performance of the MTS and provide transition support, on a non-interference basis, to the successor contractor during a 60-day transition period. Types of system components include training devices and equipment, and major support equipment. Examples of major system components are Training Evaluation Performance and Test Set, Aircraft Maintenance System Trainer, Aircraft Engine Trainer, Aircraft Engine Cowling Trainer, Aircraft Engine Maintenance Trainer, Aircraft Flight Control System Trainer, Aircraft Landing Gear Trainer, Aircraft Cargo Doors and Rails Trainer, Aircraft Fuels System Trainer, Aircraft Auxiliary Power Unit Trainer, Aircraft Air Conditioning Trainer, and Aircraft Refueling Receptacle Trainer. The C-17 MTS is comprised of Contractor Logistics Support (CLS) and transition support. Transition Support: Contractor shall participate in the Transition Integrated Product Team (IPT) as required by the co-IPT leads (the Government and the successor contractor). This shall include, at a minimum, assisting the Air Force in the inventory of all government-owned C-17 MTS assets, supporting the successor contractor in the development of a transition plan, and provide support, on a non-interference basis, to the successor contractor during a 60-day transition period. Locations: Five USAF bases; specifically McChord AFB, Travis AFB, McGuire AFB, Jackson ANGB and Charleston AFB. Five additional maintenance training devices (MTDs), originally slated for deployment to PACAF will be fielded at locations to be determined. A likely location for three of the devices is Dover AFB. Data Available: All program data can be made available. Period of Performance: This period of performance will be broken into four quarterly options. These options are being included as an "insurance policy" and will only be exercised in the event of a delay in the start of the new C-17 Training System sustainment contract. There is no major hardware buy associated with this procurement. Contractor must immediately begin performance 1 April 2011 at the level of quality required without a break in service. CONTRACTOR CAPABILITY SURVEY PART I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners. • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • DUNS Number: • Phone Number: • E-mail address: • Web page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code 336413: Based on the above NAICS Code, state whether your company is:  Small Business (Yes / No)  Woman Owned Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran Owned Small Business (Yes / No)  Service Disabled Small Business (Yes / No) • Central Contractor Registration (CCR): (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership) Part II. Capability Survey Questions Describe your past experience for performing contractor logistic support and transition: • Program name • Government or contractor POC • Detailed description of service/capability provided • Cost of past efforts and estimate for this one • Risks envisioned with this effort Written responses, no facsimiles or e-mails please, must be received no later than close of business, Wednesday, 19 January 2011. Please mail two (2) copies of your response to: ASC/WNSPA, Simulator Division Attn: Julia Taylor 2300 D Street Wright-Patterson AFB OH 45433
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/SimC-17-MTS(2011-2)/listing.html)
 
Record
SN02354717-W 20110107/110105234053-ef6be69c69c4264e6493dd18da5e4e6b (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.